Loading...
HomeMy WebLinkAboutContract 50919 CONTRACTNO.,�aQ '. City Sacr�tary Construction❑ FORT WORTH Proiwt Mein gw PROJECT MANUAL FOR THE CONSTRUCTION OF BUNCHE PARK City Project No.100053/100621 Betsy Price David Cooke Mayor City Manager Ricliard Zavala Director, Park&Recreation Department Douglas W. Wiersig,P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth Community Development Block Grant(CDBG) 2018 Pacheco Koch Consulting Engineers, Inc. /-6�� OF00 ;. e ' i Iii 6��C®RD . ....:........... ..........r.... fFittR► A., JACE•C:�MOTHERAL•� �:�jL tit ', 11 8787 ,r� i C 14,�CX 01 dw i �t`181�1dAl.. s F-tY�l3� FORT WORTH. '1110 City of Fort Worth Standard Construction Specification Aoftk Documents Adopted September 2011 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/15/2018 DATE: Tuesday, May 15, 2018 REFERENCE NO.: "`'C-28686 LOG NAME: 80BUNCHE PARK PHASE 1- CONSTRUCTION CONTRACT SUBJECT: Authorize Execution of a Construction Contract with Northstar Construction, LLC, in the Amount of $405,949.00 for the Construction of Improvements at Bunche Park and Provide for Staff Cost and Contingencies in the Amount of$137,810.00 for a Total Project Construction Cost of $543,759.00. (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Northstar Construction,LLC, in the amount of$405,949.00 for the construction of improvements at Bunche Park. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with Northstar Construction, LLC, in the amount of$405,949.00, for the construction o improvements at Bunche Park. On June 3, 2016 the City entered into a professional service agreement with Pacheco Koch Consulting Engineers, Inc., (City Secretary No. 47845), in the amount of$27,100.00, for the master plan design of Bur Park, On December 21, 2016 Amendment No. 1 (City Secretary No. 47845-A1) in the amount of$9,000.00 was executed for geotechnical investigation and survey work; on July 13, 2017, Amendment No. 2 (City Secreta No. 47845-A2) in the amount of$54,800.00 was executed to develop and prepare construction drawings; ai on January 26, 2018 Amendment No. 3 (City Secretary Contract No. 47845-A3) in the amount of$1,500.00 executed increasing the project design scope to address an increase in storm water design requirements. These three (3) amendments revised the total contract amount to $92,400.00. The project was advertised on April 18 and April 26, 2018, in the Fort Worth Star-Telegram and on the City website. On May 3, 2018, the following bids were received and tabulated: Bidders Base Bid Totals Alternate Bid Totals Total Northstar Construction, LLC $356,049.00 $49,900.00 $405,949.00 North Rock Construction, LLC $356,838.001 $63,672.66F$420,510.00 C. Green Scaping, LP $363,046.501 $80,704.50 $443,751.00 Cole Construction $406,562.001 $102,000.00; $508,562.00 Base Bid improvements include: plaza with Stop Six enhanced paving logo design, 6' and 8' sidewalks, parl benches, picnic table, grass seeding and striping for on-street parking. Alternate Bid Items include: additional trail connections and security lighting. It is recommended that the bid in the amount of$405,949.00 as submitted by Northstar Construction, LLC, Logname: 80BL NCHE PARK PHASE 1- CONSTRUCTION CONTRACT Page 1 of 3 approved for award of contract. FUNDING: On January 12, 2016, the City Council authorized the appropriation of City Council District Discretionary Fui (2004 CIP, Proposition Two) in the PACS Improvement Fund (2004) for park improvement projects. On January 12, 2016 City Council authorized the allocation of $40,516.00 to the Bunche Park Improvemen project. (M&C G-18637). On August 2, 2016, the City Council authorized funding from the Community Development Block Grant in th amount of$500,000.00 to fund City of Fort Worth Park & Recreation Department Bunche Park infrastructur( projects and public facilities improvements (M&C G-18793) (Ordinance No. 22351-08-2016). On December 12, 2017, the City Council authorized acceptance of a monetary donation in the amount of $86,768.00 from North Texas Healthy Communities (NTHC) and Blue Zones Project/Sharecare for the purp of purchase and installation of playground and fitness equipment at Bunche Park (M&C G-19195) and appropriated these funds by M&C C-28675 on May 1, 2018 (Ordinance No. 23201-05-2018). On April 18, 2018 the Neighborhood Services Department authorized the use of$100,000.00 of Neighbonc( Safety Improvements funds (Ordinance No. 22394-09-2016, September 13, 2016) for the Bunche Park Improvement project. Upon approval of this M&C, all appropriations and funding will be as summarized in the table below: Current Proposed Source M&C Appropriations Appropriations(Approp 1 2004 CIP - 1 $40,516.00 $40,51E CDBG - $500,000.00 $500,00( NTHC (Playground Donation)`G-19195 and C-28675 F $86,768.00 $86,76E Neighborhood Safety $100,000.00 $100,00( Improvement Fund F Total - $727,284.00 $727,28 Northstar Construction, LLC is in compliance with the City's DBE Program by committing to 3% DBE participation and documenting good faith effort on the base bid of this project. Northstar Construction, LLi identified several subcontracting and supplier opportunities. However, the DBEs contacted in the areas identified did not submit the lowest bids. The City's DBE goal on this project is 14%. Beginning in Fiscal Year 2019, the Park & Recreation Department maintenance impact is anticipated to be $9,200.77 annually. There is no FF&E associated with this project scope. Bunche Park is located in COUNCIL DISTRICT 5. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget and that prior to an Logname: 80BUNCHE PARK PHASE 1- CONSTRUCTION CONTRACT Page 2 of expenditure being made, the Park & Recreation Department has the responsibility to validate the availability funds. FUND IDENTIFIERS (FiDs): TO Fund Department ccoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Department ccoun Project JProgram ctivity BudgefT Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by- Fernando Costa (6122) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS 1. 80Bunche Park Phase I Construction Contract FIDS.pdf (CFW Internal) 2. Bunche Park Site location map.pdf (Public) 3. Executed Form 1295.pdf (Public) 4. Revised DBE Compliance Memo.pd (CFW Internal) �. 5. SAM Search Results.pdf (CFW Internal) - Logname: 80BUNCHE PARK PHASE I- CONSTRUCTION CONTRACT Page 3 of 3 CERTIFICATE OF INTERESTED PARTIES FORM 1295 lofl 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. 2018-320678 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 03/01/2018 being filed. City of Fort Worth Date Acknowledged• /f 6 ,�11 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. Project#100083 1100621 The Construction of: Bunche Park Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Heimlich, Michael Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Michael Heimlich and my date of birth is 01/19/1963 My address is 2112 Solona Street Fort Worth TX 76107 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Tarrant County, State of Texas ,on the 1st day of March 2018 ( onth) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523 Project Name: Worth Park Client:City of Fort Worfh Fort Worth,Texas City Project Number: 100083/100621 04-19-2018 ADDENDUM NO. 1 NOTICE TO BIDDERS: A. This Addendum shall be considered part of the contract documents for the above-mentioned project as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original contract documents, this Addendum shall govern and take precedence. B. Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum.It will be construed that each Bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the proposal form. Failure to do so may subject Bidder to disqualification. REFERENCE IS MADE TO THE DRAWINGS AND THE PROJECT MANUAL AS NOTED: PROJECT MANUAL: AD No 1. Item 1:To the Project Manual t) Specification 00 41 00 Bid Form Item 4.1 Final Acceptance date was revised.The associated tab on the Bid Proposal Workbook (Microsoft Excel document) has also been updated. DRAWINGS: AD No 1, Item 1:To the Drawings 2) Sheet L0.1 GENERAL NOTES-The Project Completion Notes were updated to include revised times for project construction completion, project inspections, and completion of punch report items. END OF ADDENDUM h A Pacheco Koch Items For Addendum No.1 Page I of I N ouv3N33H amv mvd O S1N3wn3oa NouonalSNOO -ZZ °HIHOA& IINI o Gadd 3H�Nne � 9 5 �.1 s Q sa�Y§ g5y a� qe ygngeb c a8 < a gg§$j LU baa sp �� g k ''gP �� $ `� 6 ep99 z € x ZZ aujas psi gra°'rap ����a� � ��� $' v LLLLJ1z � ji s.i a3 as ..� a H cat z'an `y>.� i a �s "�s a°asn Esme. ya v o g6 Q �" a oo <p 9Y €5e io 6 oo d n� w Oz �abC ��z3"o @� S�ni� e �EYQaIng` a8 ffnO§F� a N Q gag r 6 $ ac €s.ys$ e3 80 CL � �aasm g Le 0692 - o Qv €€ �sLU gu 3o pis xtj t° age 4 � a ao 3� $F 9Ell $$$ g ni € $ �iE s° ad s _ . , . K a A _ gg @ "4 Y ale s O GG Yg 2F� €pb Y OZ 0a& be O 4ea� z € w "t5 4 Z s 4 z a' z ip �S Z � s$ga s ' � 11 h x o a� R 0 lip, z a CL w4 ; E . (L _ s ting e s < Dnp: pop € a� N �$ e z r l � � a61 ga g. � YryY 003 3 �M: g � �a �ffiE6 Project Name:Bunche Park Client:City of Fort Worth0 . Fort Worth,Texas City Project Number:100083/100621 IO NA,gr 'ease 04-24-2018 ADDENDUM NO. 2 NOTICE TO BIDDERS: A. This Addendum shall be considered part of the contract documents for the above-mentioned project as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original contract documents, this Addendum shall govern and take precedence, B. Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum. It will be construed that each Bidder's proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the proposal form. Failure to do so may subject Bidder to disqualification. REFERENCE IS MADE TO THE DRAWINGS AND THE PROJECT MANUAL AS NOTED: PROJECT MANUAL. AD No 2. Item l: SPECIFICATION 00 42 43 PROPOSAL FORMI t) Specification 00 42 43 Proposal Form was updated to remove Bid Item No.41 Trail Connection to Fitzhugh-grading,trail, hydroseed, temporary irrigation.The associated tab on the Bid Proposal Workbook (Microsoft Excel document) has also been updated. DRAWINGS: AD No 2. Item 2: Sheet L1.1 LAYOUT PLAN 1) Sheet was revised to show the correct sheet number and name. AD No 2. Item 3: Sheet L1.3 ENLARGEMENT 2) Sheet was revised to show the correct sheet number and name. AD No 2. Item 4: Sheet L1.4 HARDSCAPE DETAILS 1) Sheet was revised to show the correct sheet number and name. AD No 2. Item 5: Sheet L1.5 HARDSCAPE DETAILS 1) Sheet was revised to show the correct sheet number and name. AD No 2. Item 6: Sheet L1.6 CITY DETAILS 1) Sheet was revised to show the correct sheet number and name. AD No 2. Item 7:Sheet L1.7 CITY DETAILS ."Pacheco Koch 11111111114 Items For Addendum No.2 Page 1 of 2 Project Name:Bunche Park Client:City of Fort Worth Fort Worth,Texas City Project Number:100083/100621 i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 8: Sheet L1.8 PAVILION DETAILS i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 9: Sheet L2.1 DIMENSIONAL CONTROL PLAN i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 10: Sheet L3.1 REVEGETATION PLAN i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 11: Sheet L3.2 REVEGETATION DETAILS i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 12: Sheet 4.1 TREE SURVEY i) Sheet was revised to show the correct sheet number and name. AD No 2. Item 13:Sheet L4.2 TREE TABLE i) Sheet was revised to show the correct sheet number and name. END OF ADDENDUM Pacheco Koch _ Items For Addendum No.2 Page 2 of 2 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 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 98-43-3 99-45 4-1 45 99 1� vv^rsTa r 00 nc 4� r� 0046 99-45-14 Bidder-'s SteAemettf of Qualifieations 00 45 26 Contractor Compliance with Workers'Compensation Law 99-4 6 49 44 Disadvamned Business 9ftterprise 00 45 42 Disadvantage Business Enterprise Specifications 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 3120 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 4523 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 5813 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 7123 Construction Staking and Survey 007323-01 Survey Staking Standards 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I00083/100621 Revised May 27,2015(PACS) 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 01 7839 Project Record Documents 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 36 66 Exterior Concrete Stain Division 10—Specialties 10 73 00 Specialties Manufacturers of Protective Covers Division 11-Equipment 1168 14 Playground Equipment 1168 16 Wood Fiber Playground Surfacing Division 12—Furnishings 12 93 00 Site Furnishings Division 13—Special Construction 13 34 23 Fabricated Structures Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 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 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 18 16 Playground Protective Surfacing 3290 19.13 Laser Grading 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment,and Backfill 3305 13 Frame,Cover and Grade Rings 3305 17 Concrete Collars CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 000 83/10062 1 Revised May 27,2015(PACS) 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 33 05 26 Utility Markers/Locators 33 05 30 Location of Existing Utilities 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 46 00 Subdrainage 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34-Transportation 3441 30 Aluminum Signs 3471 13 Traffic Control Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:Hproi ectpoint.buzzsaw.com/cl ient/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Appendix GG 4.04 Availability of�;aftd GC-4.02 Subsurface and Physical Conditions Bunche Park 6E-494 GC-6.06.D Minority and Women Owned Business Enterprise GC-6.07 Davis Bacon Wage Rates GR-01 60 00 Special Provision: Addendum of Federal Requirements for CDBG Funds and City Requirements) END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 001113- I INVITATION TO BIDDERS Page I of 2 SECTION 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Bunche Park Project, City Project No. 100083 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, Thursday, May 3,2018, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following: Development of Reserve Park called Bunche Park at 5600 Ramey Avenue, Fort Worth TX 76112. Complete installation of parking spaces, playground equipment, installation of park benches, memorial structure, picnic table, pavilion, pathways. Erection and disposal of temporary sediment and inclusion of erosion control measures. Construction of sidewalk markings, including brick pavers, streel framing and signage. PREQUALIFICATION The improvements included in this project must be performed by a contractor that is pre-qualified by the City at the time of bid opening. The procedures for qualification and pre-qualifications are outlined in the Section 00 21 13- INSTRUCTION TO BIDDERS DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://www.fortworthizov.org/purchasing/and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Thomas Reprographics, 805 Lamar Street, Fort Worth, Texas 76102. Phone: 817-336-0565 The cost of Bidding and Contract Documents is per the standard printing charges by Thomas Reprographics PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: April 23, 2018 TIME: 3:00 P.M. PLACE: City of Fort Worth Parks and Recreation Department Office 4200 S. Freeway, Suite 2200 Fort Worth, Texas 76115 LOCATION: Conference Room 1 BUNCHL PARK 100083/100621 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from CDBG funds and dedicated by Resolution of the City of Fort Worth Park and Recreation Department to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Cornell Gordon, City of Fort Worth Email Cornell.Gordon@fortworthtexas.gov Phone: 817-392-5764 AND/OR Attn: Christopher Tatton, Pacheco Koch Engineering, Inc. Email: ctatton@pkce.com Phone: 817 412 7155 ADVERTISEMENT DATES April 18, 2018 April 26. 2018 END OF SECTION BUNCI IE PARK 100083/100621 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00- GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm,partnership, company,association,or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm,partnership,company,association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prime Bidder Qualification Requirements 33 34 3.1.The City will evaluate all submitted bids based on criteria and qualifications. 00 45 14 35 Bidder's Statement of Qualifications is to be submitted and received by the Parks and 36 Community Service Department Project Manager no later than 5:00 P.M., five(5)City 37 business days after the bid opening date,exclusive of the bid opening date. 38 39 3.1.1. The Prime Bidder,as general contractor or sub-contractor,must demonstrate 40 similar project scope experience on three(3)projects within the last three(3)years. 41 All subcontractors intended for use on this project shall also demonstrate similar 42 project scope experience necessary to successfully perform on their respective 43 portion of work on this project. 44 3.1.2. The Prime Bidder must provide a list the surety company(s)which issued bonds 45 for projects listed above. Additionally,the Prime bidder shall list the surety 46 company intended for use on this project. 47 3.1.3. The Prime Bidder must submit a current certified financial statement prepared by 48 an independent Certified Public Accountant. 49 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.Sub-contractors must have previous park construction experience and must be familiar 2 with the Community Development Block Grant(CDBG)funding process. The Prime 3 Bidder or General Contractor must select from the list of prequalified contractors listed 4 in Section 3. Prequalification of Section 00 4100 Bid Form to perform the specific work 5 types listed. 6 7 3.3.The City reserves the right to reject any or all bids and waive any or all formalities. 8 The City will award one contract with a combination of base bids and/or alternates 9 which is most advantageous to the City. 10 11 3.4.Additional requirements for qualification may be required within various sections of the 12 Contract Documents. 13 14 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 15 16 4.1.Before submitting a Bid,each Bidder shall: 17 18 4.1.1. Examine and carefully study the Contract Documents and other related data 19 identified in the Bidding Documents(including"technical data" referred to in 20 Paragraph 4.2. below).No information given by City or any representative of the 21 City other than that contained in the Contract Documents and officially 22 promulgated addenda thereto,shall be binding upon the City. 23 24 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 25 site conditions that may affect cost, progress,performance or furnishing of the 26 Work. 27 28 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 29 progress,performance or furnishing of the Work. 30 31 4.1.4. Be advised,City, in accordance with Title VI of the Civil Rights Act of 1964, 78 32 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49,Code of Federal Regulations, 33 Department of Transportation, Subtitle A,Office of the Secretary, Part 21, 34 Nondiscrimination in Federally-assisted programs of the Department of 35 Transportation issued pursuant to such Act,hereby notifies all bidders that it will 36 affirmatively insure that in any contract entered into pursuant to this advertisement, 37 minority business enterprises will be afforded full opportunity to submit bids in 38 response to this invitation and will not be discriminated against on the grounds of 39 race,color,or national origin in consideration of award. 40 41 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 42 contiguous to the Site and all drawings of physical conditions relating to existing 43 surface or subsurface structures at the Site(except Underground Facilities)that 44 have been identified in the Contract Documents as containing reliable "technical 45 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 46 at the Site that have been identified in the Contract Documents as containing 47 reliable "technical data." 48 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 2 the information which the City will furnish. All additional information and data 3 which the City will supply after promulgation of the formal Contract Documents 4 shall be issued in the form of written addenda and shall become part of the Contract 5 Documents just as though such addenda were actually written into the original 6 Contract Documents.No information given by the City other than that contained in 7 the Contract Documents and officially promulgated addenda thereto, shall be 8 binding upon the City. 9 10 4.1.7. Perform independent research, investigations,tests,borings,and such other means 11 as may be necessary to gain a complete knowledge of the conditions which will be 12 encountered during the construction of the project. On request,City may provide 13 each Bidder access to the site to conduct such examinations, investigations, 14 explorations,tests and studies as each Bidder deems necessary for submission of a 15 Bid. Bidder must fill all holes and clean up and restore the site to its former 16 conditions upon completion of such explorations, investigations,tests and studies. 17 18 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 19 cost of doing the Work,time required for its completion, and obtain all information 20 required to make a proposal. Bidders shall rely exclusively and solely upon their 21 own estimates, investigation, research,tests,explorations, and other data which are 22 necessary for full and complete information upon which the proposal is to be based. 23 It is understood that the submission of a proposal is prima-facie evidence that the 24 Bidder has made the investigation,examinations and tests herein required. Claims �.. 25 for additional compensation due to variations between conditions actually 26 encountered in construction and as indicated in the Contract Documents will not be 27 allowed. 28 29 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 30 between the Contract Documents and such other related documents. The Contractor 31 shall not take advantage of any gross error or omission in the Contract Documents, 32 and the City shall be permitted to make such corrections or interpretations as may 33 be deemed necessary for fulfillment of the intent of the Contract Documents. 34 35 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 36 37 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to 38 the site which have been utilized by City in preparation of the Contract Documents. 39 The logs of Soil Borings, if any, on the plans are for general information only. 40 Neither the City nor the Engineer guarantee that the data shown is representative of 41 conditions which actually exist. 42 43 4.2.2. Those drawings of physical conditions in or relating to existing surface and 44 subsurface structures(except Underground Facilities)which are at or contiguous to 45 the site that have been utilized by City in preparation of the Contract Documents. 46 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder 2 on request. Those reports and drawings may not be part of the Contract 3 Documents,but the "technical data" contained therein upon which Bidder is entitled 4 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 5 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 6 responsible for any interpretation or conclusion drawn from any "technical data" or 7 any other data, interpretations,opinions or information. 8 9 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 10 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 11 exception the Bid is premised upon performing and furnishing the Work required by the 12 Contract Documents and applying the specific means, methods,techniques,sequences or 13 procedures of construction(if any)that may be shown or indicated or expressly required 14 by the Contract Documents, (iii)that Bidder has given City written notice of all 15 conflicts,errors, ambiguities and discrepancies in the Contract Documents and the 16 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 17 etc.,have not been resolved through the interpretations by City as described in 18 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 19 and convey understanding of all terms and conditions for performing and furnishing the 20 Work. 21 22 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 23 biphenyls(PCBs), Petroleum,Hazardous Waste or Radioactive Material covered by 24 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 25 Documents. 26 27 5. Availability of Lands for Work,Etc. 28 29 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 30 access thereto and other lands designated for use by Contractor in performing the Work 31 are identified in the Contract Documents. All additional lands and access thereto 32 required for temporary construction facilities, construction equipment or storage of 33 materials and equipment to be incorporated in the Work are to be obtained and paid for 34 by Contractor. Easements for permanent structures or permanent changes in existing 35 facilities are to be obtained and paid for by City unless otherwise provided in the 36 Contract Documents. 37 38 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 39 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 40 of-way,easements, and/or permits are not obtained, the City reserves the right to cancel 41 the award of contract at any time before the Bidder begins any construction work on the 42 project. 43 44 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 45 way, easements,and/or permits,and shall submit a schedule to the City of how 46 construction will proceed in the other areas of the project that do not require permits 47 and/or easements. 48 49 6. Interpretations and Addenda 50 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.1.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 Throckmorton Street 13 Fort Worth,TX 76102 14 Attn: Cornell Gordon, Parks and Recreation Department 15 Fax: 16 Email: comell.gordon@fortwothtexas.gov 17 Phone: 817-392-5764 18 19 20 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 21 City. 22 23 6.3.Addenda or clarifications may be posted via Buzzsaw at: 24 https://projeetpoint.buzzsaw.coml bz_rest/Web/Home/Index?folder=37331#/_bz_rest It" 25 eb/Item/Items?fo1der=894037 26 27 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 28 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 29 Project. Bidders are encouraged to attend and participate in the conference. City will 30 transmit to all prospective Bidders of record such Addenda as City considers necessary 31 in response to questions arising at the conference. Oral statements may not be relied 32 upon and will not be binding or legally effective. 33 34 7. Bid Security 35 36 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 37 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 38 the requirements of Paragraphs 5.01 of the General Conditions. 39 40 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 41 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 42 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 43 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 44 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 45 other Bidders whom City believes to have a reasonable chance of receiving the award 46 will be retained by City until final contract execution. 47 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. 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 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items 11 The Contract, if awarded,will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City,application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 0125 00 of the General Requirements. 19 20 11. Subcontractors, Suppliers and Others 21 22 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 23 12-2011 (as amended),the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 2:00 P.M. CST,on the second business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received. Failure to comply shall render the bid as non- 32 responsive. 33 34 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 35 or organization against whom Contractor has reasonable objection. 36 37 12. Bid Form 38 39 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 40 obtained from the City. 41 42 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 45 price item listed therein. In the case of optional alternatives,the words "No Bid," 46 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 47 written in ink in both words and numerals, for which the Bidder proposes to do the 48 work contemplated or furnish materials required. All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written _ 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 12.6. Bids by individuals shall show the Bidder's name and official address. 16 17 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 12.8. All names shall be typed or printed in ink below the signature. 21 22 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 12.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 13. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 36 marked with the City Project Number,Project title,the name and address of Bidder,and 37 accompanied by the Bid security and other required documents. If the Bid is sent through the 38 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 39 with the notation "BID ENCLOSED" on the face of it. 40 41 14. Modification and Withdrawal of Bids 42 43 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may,at the option of the City,be returned unopened. 50 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates(if any)will be made available 7 to Bidders after the opening of Bids. 8 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 15 16 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 17 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders, Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers,and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs,maintenance requirements,performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.4. Contractor shall perform with his own organization,work of a value not less than 2 35%of the value embraced on the Contract,unless otherwise approved by the City. 3 4 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded,City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 18. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the —� 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds,Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised May 27,2015(PACS) 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. h`t�j wwv .ethics.sta[e '.x usiforms'Cia pdf http://www.ethics state.tx us/forrns/CIS pdf D CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary 0 CIS Form is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: Northstar Construction, LLC By: Michael A. Heimlich 2112 Solona Street Signature: &W Fort Worth, Texas 76117 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 -05 6 3 Proposal-Add 2 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o:The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Bunche Park City Project No.: 100083/100621 Units/Sections: Park Construction 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders,with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice"means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 Proposal-Add 2-L 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: 3.1. Metal Fabrication and installation-Bunche Monument Sculpture a. Intaglio Composites Contact: Cy Norris 3103 Pleasant Valley Ln. Suite B Arlington, Texas 76015 Ph:469-540-5630 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 calendar 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 by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Proposal-Add 2-L 0041 00 BID FORM Page 3 of 3 6.3. Evaluation of Alternate Bid Items<use this if applicable, otherwise delete> Total Base Bid <use this if applicable, otherwise delete $356,049.00 Alternate Bid <use this if applicable, otherwise delete> $343,772.00 Deductive Alternate<use this if applicable, otherwise $0.00 Additive Alternate<use this if applicable, otherwise $0.00 Total Bid $699,821.00 7. Bid Submittal This Bid is submitted on May 3, 2018 by the entity named below. Respectfully sub 'tted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: (Signature) Addendum No. 2: Addendum No. 3: Michael A. Heimlich Addendum No.4: (Printed Name) Title: President Company: Northstar Construction, LLC Corporate Seal: Address: 2112 Solona Street Fort Worth, Texas 76117 State of Incorporation: Texas Email: mikea_northstar93.com Phone: 817-244-8885 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 Proposal-Add 2-L 00 42 43 BID PROPOSAL Page 1 oft SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Description Specification Section No. Unit of Bid Unit Price Bid Value Item No. Measure Quantity Base Bid 1 Mobilization 01 7000 LS 1 $35,000.00 $35,000.00 2 Concrete Sidewalks 32 13 13,32 13 20 SY 1,515 $74.00 $112,110.00 3 Enhanced Pavement-Paver Bands 32 1416 SY 38 $195.00 $7,410.00 4 Ralph J.Bunche Plaza-Paving 32 1313 SY 123 $74.00 $9,102.00 5 Sand Blasted Lettering 4"-Stop Names EA 6 $1,200.00 $7,200.00 6 Stop Six Historical Plaza-Paving with Finish Topping 32 1313,32 13 20 SY 126 $74.00 $9,324.00 7 Moisture Conditioning and Subgrade Prepartion CY 1,580 $23.00 $36,340.00 8 Poly Barrier SF 6,940 $0.30 $2,082.00 9 Select Fill Cap CY 229 $55.00 $12,595.00 10 6'Backed Bench 10 73 00 EA 4 $1,600.00 $6,400.00 11 Table 10 73 00 EA 2 $3,400.00 $6,800.00 12 6'Backless Bench 10 73 00 EA 2 $1,560.00 $3,120.00 13 Playground Wood Chips with Fabric 32 18 16 CY 140 $84.00 $11,760.00 14 Ramp 32 13 13,32 13 20 EA 2 $1,400.00 $2,800.00 15 Workout Area Surfacing 3218 16 SF 707 $22.00 $15,554.00 16 Playground Edging LF 240 $37.00 $8,880.00 17 Hydroseed 3292 13 SF 72,000 $0.11 $7,920.00 18 Temporary Irrigation SF 72,000 $0.15 $10,800.00 19 Vehicular Paving 32 13 73 SY 20 $100.00 $2,000.00 20 Curb and Gutter 32 16 13 LF 65 $40.00 $2,600.00 21 Grading CY 196 $34.00 $6,664.00 22 Street Parking Striping 32 17 23 LF 500 $6.00 $3,000.00 23 Trench Safety 33 05 10 LF 385 $1.00 $385.00 24 12"RCP,Class III 3341 10 LF 228 $48.00 $10,944.00 25 4"PVC Storm Pipe 33 46 02 LF 89 $23.00 $2,047.00 26 4"Perforated Storm Pipe 33 46 01 LF 68 $30.00 $2,040.00 27 12"Sloped Headwall 33 49 40 EA 1 $1,265.00 $1,265.00 28 Slot Drain EA 1 $1,750.00 $1,750.00 29 Concrete Pavement Removal 0241 13 SF 343 $4.00 $1,372.00 30 Fence Removal 0241 13 LF 200 $7.00 $1,400.00 31 Tree and Stump Removal 31 1000 EA 11 $700.00 $7,700.00 32 Filter Tube LF 577 $5.00 $2,885.00 33 Tree Protection EA 8 $600.00 $4,800.00 Total Base Bid $356,049.00 Alternate Bid 34 Ralph J.Bunche Sculptural Monument LS 1 $92,000.00 $92,000.00 35 Concrete Set River Cobble SF 492 $16.00 $7,872.00 36 6'Backed Bench 10 73 00 EA 2 $1,600.00 $320000 37 Canopy Tree 32 93 43 EA t —$1,200.00 $1,200.00 38 Trail Connection to Multipurpose Courts-Grading,Trail,Hydroseed,Temporary Irrigatior 32 13 13,32 13 20,32 92 LS 1 $9,500.00 $9,500.00 39 Trail Connection to Jacquet MS-Grading,Trail,Hydroseed,Temporary Irrigation 32 13 13,32 13 20,32 92 LS 1 $19,000.00 $19,000.00 40 Trail Connection to Dunbar HS-Grading,Trail,Hydroseed,Temporary Irrigation 32 13 13,32 13 20,32 92 LS 1 $16,000.00 $16,000.00 41 Post and Cable Fence LF 675 $20.00 $13,500.00 42 Stop Six Historical Plaza-Sandblast/Concrete Stain/Concrete Sealing LS 1 $38,000.00 $38,000.00 43 Gateway Arch EA t $17,000.00 $17000.00 44 Pavilion 10 73 00 EA 1 $43,000.00 $43,000.00 45 Light Pole 8 Footings 3441 20 EA 4 $6,100.00 $24,400.00 46 Gateway Arch EA 3 $16,900.00 $50,700.00 47 Work out Equipment 11 6814 EA 3 $2,800.00 $8,400.00 Total Alternate Bid $343,772.00 Total Bid $699,821.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BUNCHE PARK Form Revised 20120120 - - � `" 100083/100621 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) Bunche Park 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 3rd day of May, 2018 Northstar Construction, LLC (Principal) (Seal) (Wit ess /) (� (Title) The Hanover Insurance Company (Surety) (Seal) (Witness) Robbie Martin (Title) Attorney-in-Fact AIA DOCUMENT A310-BID BOND-AIA®-FEBRUARY 1970 ED-THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 Printed on Recycled Paper 9/93 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's 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 attomey(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 Noll 00($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 Attomeys-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 17tl1 day of October,2016. THE HANOVER INSURANCE COMPANY MASSACHUSETTS SAY INSURANCE COMPANY CITIZENS URANCE OMPANY OF AMERICA lYi7 1>p4 tons ` :4P -- 3 RobertThomas.Vice President THE HANOVER INSURANCE COMPANY SA HOSE BAY I RA CE COMPANY CR F! 1 SUR CE ■ /��' OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) 4 COUNTY OF WORCESTER )ss. J. I Ie.VIdP 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 pe sonally 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. DIANE J. YAEINO oarinrn��1 a=. M►C 111011 Ola.� Diane J. yl .Notary Public My Conmiiission Expi`o March 4.2022 1,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,this3rd day of May 2018 CERTIFIED COPY' Theodore G.Martinez.Vice Presiden�,- rlF nz 19 Q2 6 ;/� 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 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.100083/100621.Contractor further certifies that,pursuant to Texas Labor Code, 6 Section 406.096(b),as amended,it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Northstar Construction, LLC By: Michael A. Heimlich 12 Company (Please Print) 13 .�14 2112 Solona Street Signature: 15 Address 16 17 Fort Worth,TX 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 27 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 28 the act and deed of NOrthstar Construction, LLC for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 20th day of 32 June 22018 33 ,,,,,j,isIn�n�,,,,, 34 o`'��p`1 �; MAgTi 35 �'�Q .•'�Y p�., '1,� 36 - P ��. r'�'- Notary Publi and or the ltate o xas 37 n° = N� Qy — 9 38 XP R 5 END OF SECTION 39 9�25/2�1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 00 45 42 Disadvantaged Business Enterprise Specification Special Instructions for Offerors Page 1 of 1 FORT WORTH City of Fort Worth Disadvantaged 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 DBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Disadvantage Business Enterprises (DBE) in the procurement of all goods and services to the City on a contractual basis. The objective of the Policy is to increase the use of DBE firms to a level comparable to the availability of DBEs that provide goods and services directly or indirectly to the City. All requirements and regulations stated in the City's current Disadvantage Business Enterprise Program apply to this bid. DBE PROJECT GOALS The City's DBE goal on this project is 14 %of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of$50,000 or more where a DBE subcontracting goal is applied, bidders are required to comply with the intent of the City's DBE program by either of the following: 1. Meet or exceed the above stated DBE goal through DBE subcontracting participation,or 2. Meet or exceed the above stated DBE goal through DBE 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 andlor 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. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBEparticipation: 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 DBE PROGRAM, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED DBE 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. CITY OF FORT WORTH BUNCH PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 00 52 43-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 15, 2018 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 Northstar Construction, LLC authorized to do business in Texas, acting by and 6 through its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Bunche Park Phase 1 Construction Contract 16 100083/100621 17 Article 3.CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount,in current funds,of Four Hundred Five Thousand,Nine Hundred 20 Forty-Nine and 00/100 Dollars($405,949.00) Article 4. CONTRACT TIME 21 4.1 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 days after the date when the 23 Contract Time commences to run,as provided in Paragraph 2.03 of the General Conditions, 24 plus any extension thereof allowed in accordance with Article 12 of the General 25 Conditions. 26 4.2 Liquidated Damages 27 Contractor recognizes that time is of the essence for completion of Milestones,if any,and 28 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 29 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 30 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 31 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 32 instead of requiring any such proof, Contractor agrees that as liquidated damages for 33 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 34 $650.00 for each day that expires after the time specified in Paragraph 4.1 for Final 35 Acceptance until the City issues the Final Letter of Acceptance. 36 37 Article 5.CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised 11.15.17 005243-2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non-Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents(project speck) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued,become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs,expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised 11.15.17 005243-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city,its officers,servants and employees,from and against any and all loss,damage 85 or destruction of property of the city,arising out of,or alleged to arise out of,the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is alleged or 89 proven that all or some of the damages being sought were caused, in whole or in part, 90 by any act,omission or negligence of the city. 91 92 Article 7.MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised l 1.15.17 005243-4 Agreement Page 4 of 5 121 The terms "boycott Israel"and"company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. (1) does not boycott Israel; and(2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form(1-9). Upon request by City,Contractor shall provide City with copies of 131 all 1-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised 11.15.17 005243-5 Agreement Page 5 of 5 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor:Northstar Construction,LLC City of Fort Worth / By: a�nand� 44L — — a By. Assistant CityManager (Signature) Date 2 5-11 01MACLA l/V►LIC( Attest: L (Printed Name) City S cretary Title: (Seal) �% Address: 2112 Solona Street O M&C C-2868 y Date: 5/15/2018 Form 1295 No. 20 78 City/State/Zip: Contract Compliance Manager: Fort Worth,TX 76117 By signing, I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting req ;alij-ce nts. El clu bIl Project Manager A oved as to Form and Legality: Douglas W. Black Assistant City Attorney 170 171 APPROVAL RECO E 172 173 174 R hard Zavala 175 D CTOR, 176 Park&Recreation Department 177 OFFRECOR OIT*V gspia�"rrAp �® a o 6 X , CITY OF FORT WORTH B STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised 11.15.17 006113-1 PERFORMANCE BOND Page I of 2 1 SECTION 00 6113 2 PERFORMANCE BOND Bond No. 1064347 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,Four Hundred Five 12 Thousand,Nine Hundred Forty-Nine and 00/100 Dollars($405,949.00), lawful money of the 13 United States,to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum 14 well and truly to be made,we bind ourselves,our heirs,executors,administrators,successors and 15 assigns,jointly and severally,firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 15 day of May 2018,which Contract is hereby referred to and made a part hereof for 18 all purposes as if fully set forth herein,to furnish all materials,equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders,as 20 provided for in said Contract designated as Bunche Park Phase 1 Construction Contract, 21 100083/100621, 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 25 specifications,and contract documents therein referred to,and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northem District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 15th day of 6 May .2018 . 7 PRINCIPAL: 8 Northstar Construction.LLC 9 10 11 BY: (� 12 Signature 13 ATTEST: 14 15 Michael A. Heimlich, President 16 (Principal)Secretary Name and Title 17 18 Address:2112 Solona Street 19 Fort Worth,TX 76117 20 21 22 Witness as t rinci al 23 SURETY: 24 Th _ HannvPr Insuran e rnm an nT_ 25 4 .4 26 27 BY: 28 Signature 29 30 Robbie Martin, Attorney-M-Fact 31 Name and Title 32 33 Address: 5910 North Central Ex ren _sswar, Ste. 300 34 nallas,TX 7520B 35 a 36 37 Witness as to Surety Telephone Number: 214-750-3908 38 39 40 41 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 006114-1 PAYMENT BOND Page 1 of 2 1 SECTION 00 6114 2 PAYMENT BOND Bond No. 1064347 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 penal sum of Four Hundred Five Thousand, Nine Hundred Forty-Nine and 00/100 Dollars 13 ($405.949.00) lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, 15 executors,administrators,successors and assigns,jointly and severally,firmly by these presents: 16 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 17 15 day of May 2018,which Contract is hereby referred to and made a part hereof for all purposes 18 as if fully set forth herein, to furnish all materials, equipment, labor and other accessories as 19 defined by law,in the prosecution of the Work as provided for in said Contract and designated as 20 Bunche Park, 100083/100621. 21 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 22 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 23 Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work under 24 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 25 force and effect. 26 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 27 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 28 accordance with the provisions of said statute. 29 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 15 day of May,2018. 3 PRINCIPAL: Northstar Construction,LLC ATTEST: BY: Signature Michael A. Heimlich, President (Principal)Secretary Name and Title Address: 2112 Solona St. Fort Worth,TX 76117 Witness as t rinc pal SURETY: the Hanover insurance Comfy ATTEST: BY: !�- Si6iature Robbie Martin, Attorney-in-Fact (Surety)Secretary Name and Title Address:5910 North Central Ex ren ssway, Ste. 300 /�� ,✓ Dallas. TX 75206 Witness as to Surety �f f 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 006119-1 MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond No. 1064347 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 I 1 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of Four Hundred 12 Five Thousand,Nine Hundred Forty-Nine and 00/100 Dollars($405,949.00 lawful money of the 13 United States,to be paid in Fort Worth,Tarrant County,Texas,for payment of which sum well 14 and truly be made unto the City and its successors,we bind ourselves,our heirs,executors, 15 administrators,successors and assigns,jointly and severally,firmly by these presents. 16 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded 18 the 15 day of May,2018, which Contract is hereby referred to and a made part hereof for all 19 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 20 as defined by law,in the prosecution of the Work,including any Work resulting from a duly 21 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 22 designated as Bunche Park, 1000831100621 ;and 23 24 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 25 accordance with the plans,specifications and Contract Documents that the Work is and will 26 remain free from defects in materials or workmanship for and during the period of two(2)years 27 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 28 29 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 30 upon receiving notice from the City of the need therefor at any time within the Maintenance 31 Period. 32 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 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 PROVTDED 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Pagc 3 of 3 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 15th day of May 3 ,2018 4 5 PRINCIPAL: 6 Northstar Construction,LLC 7 9 BY: Kdxa 10 Signature 11 ATTEST: 12 13 Michael A. Heimlich, President 14 (Principal)Secretary Name and Title 15 16 Address:2112 Solona St. 17 Fort Worth,TX 76117 18 19 20 Witness as t rincipa 21 SURETY: 22 The I-Ianover Insurance Company 23 24 25 BY: 26 Signature 27 28 Robbie Martin, Attorney-in-Fact 29 ATTEST: Name and Title 30 31 Address: 5910 North Central Expressway, Ste. 300 32 (Surety)Secretary Dallas TX 75206 3 344 _ 35 Witness as to Surety Telephone Number: 21.4-750-3908 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 collectivelythe"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 attorneys)-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 Noll 00($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 power to 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 17"'day of October,2016. THE HANOVER INSURANCE COMPANY Q�� 1 tAr7i�,'y"��' °kMASSACHUSETTS BAY INSURANCE COMPANY Cf�jqCITIZENS. SURANCEPOMPANY OF AMERICA OV l90 1 W1 Robert I-h„ma',Vice Prc.idmi THE HANOVER INSURANCE COMPANY MA?, NUSETT BAY 1 CE COMPANY CR EN 1 SU CE ! OF AMERICA THE COMMONWEALTH OF MASSACHUSETTS ) 14 COUNTY OF WORCESTER )ss. h .,%n— On this 174h 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. O"I J. M v ARINO Many PWAG �KIII MMY71u � « Dianr S.. a o,Notary Public 4' Mp Conv ssion Expires Mamh 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,thisl5th day of May- 2018 J l CERTIFIED COPY Theodore G.Martinet,Vice President �, ` I f r. Texas Complaint Notice Commercial Lines IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion 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:httpJ/www.tdi.texas.gov Web:http://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 181-14157(12M)raw t or t Citizens Insurance Company of America 1808 North Highlander Way,Howell,MI 48843 hanover com AC Ro " CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYW) 6/15/2018 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 NAME: Allen Sparks/Donna Moble Independent Insurance Group PHONE FAX 3030 LBJ Freewa, Suite 1300 No •972-231-8277 A/c No): Dallas TX 75234-7004 nDDRess: donnam@indinsgrp.com INSURERS)AFFORDING COVERAGE NAIC# INSURER A:West American Insurance Co 44393 INSURED INSURER B:Texas Mutual Insurance Co. 22945 Northstar Construction, LLC INSURER C H37 Holdings, LLC 2112 Solona Street INSURER D: Haltom City TX 76117 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1663095002 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 ADDL SUBR POLICY NUMBER MM/DDY� MM/DDfYYYY LIMITS Y EXP LTRJ=WVD A X COMMERCIAL GENERAL LIABILITY Y Y BKW57553561 12/31/2017 12/31/2018 EACH OCCURRENCE $1,000,000 DMA ET RENTED PREMIS CLAIMS-MADE OCCUR ES Ea occurrence $1,000,000 X X,C,U MED EXP(Any one person) $15,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY a JECOT- F-1 LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: I $ A AUTOMOBILE LIABILITY Y Y BAW57653561 12/31/2017 12/31/2018 COMBINED SINGLE LIMIT $ Ea accident 1,000,000 IXANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILYINJURY(Peraccident) $ AUTOS AUTOS HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident A X UMBRELLA LIAB X OCCUR US057553561 12/31/2017 12/31/2018 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED I X I RETENTION$1, , 1 $ B WORKERS COMPENSATION 0001231613 12/31/2017 12/31/2018 X AND EMPLOYERS LIABILITY YIN STATUTE I JER ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $1,000,000 OF EXCLUDED? N❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $1,000,000 If I yes,descr be under DESCRIPTION OF OPERATIONS below I I I E.L.DISEASE-POLICY LIMIT 1$1,000,000 A Equipment Floater N N BKW57653561 12/31/2017 12/31/2018 Les ed/Rented $250,000 Deductible $1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES( 101,Additional Remarks Schedule,may be attached K more space Is required) The checked ADDL INSR and SUBR WVD boxes refer to the following specific endorsements,copies attached: General Liability:Commercial General Liability Extension(includes:Additional Insureds-By Contract,Agreement or Permit;Primary&Non-Contributory& Blanket Waiver of Subrogation)form CG8810 0413;Additional Insured-Automatic Status When Required In Construction Agreement With You-Contractors (Completed Operations)Form CG8611 1016;Construction Projects-General Aggregate Limit(Per Project)form CG8870 12085;Amendment of Cancellation Provisions(blanket 30 days when required by written contract or agreement)form CG8970 0413; Auto Liability:Business Auto Coverage Enhancement(includes:Additional Insured By Contract,Agreement Or Permit;Waiver Of Transfer Of Rights Of Recovery Against Others To Us)form CA8810 0110;Texas Cancellation Provision or Coverage Change(blanket 30 days)form CA0244 0604 See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. 100 Texas Street Fort Worth TX 76102 AUTHORIZED REPRESENTATIVE United States ©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#: ACC>Ra ADDITIONAL REMARKS SCHEDULE Page 1 of 1 lik.AGENCY NAMED INSURED Independent Insurance Group Northstar Construction,LLC H37 Holdings,LLC POLICY NUMBER 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 Workers Compensation:Texas Waiver Of Our Right To Recover From Other Endorsement Form WC420304B 0614;TX Notice of Material Change WC420601 0194 The construction of Bunche Park-City Project No. 100083/100621 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY—ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 3 ADDITIONAL INSUREDS—BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY—ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS—EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" 6 WHO IS AN INSURED—INCIDENTAL MEDICAL ERRORS/MALPRACTICE AND WHO IS AN INSURED— 6 FELLOW EMPLOYEE EXTENSION—MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE,OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US— 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU ©2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I—Coverage A-Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However,the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance,whether primary, excess(other than insurance written to apply specifically in excess of this policy), contingent or on any other basis,that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I—Coverage A—Bodily Injury And Property Damage Liability, Subparagraph(2)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 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY—ELEVATORS 1. Under Paragraph 2. Exclusions of Section I—Coverage A—Bodily Injury And Property Damage Liability, Subparagraphs(3),(4)and(6)of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV—Commercial General Liability Conditions, Condition 4.Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section 1 -Coverage A-Bodily Injury and Property Damage Liability: 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 an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs(1),(3)and (4)of this exclusion do not apply to"property damage"to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III—Limits of Insurance. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 8 b. The last paragraph of subsection 2.Exclusions is replaced by the following: Exclusions c.through n. 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 Paragraph 5.above,the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D.EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) -Paragraph 9.a.of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However,that portion of the contract for a lease of premises that indemnifies any person or organization for 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 the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I—Coverage C—Medical Payments, Subparagraph(b)of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 1. Under Supplementary Payments—Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to$3,000 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$500 a day because of time off from work. G. 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 whom you have agreed to add as an additional insured in a written contract,written agreement or permit. Such person or organization is an additional insured but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the"bodily injury"or"property damage"occurs, or the"personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement;or ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to"bodily injury", "property damage", or"personal and advertising injury"arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to"bodily injury"or"property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement,the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a.above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location 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. With respect to Paragraph 1.b.above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c.above,this insurance does not apply to any"occurrence"which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. 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. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 2. 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: a. "Bodily injury"or"property damage"arising from the sole negligence of the additional insured. b. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such"bodily injury"or"property damage"occurs. C. "Bodily injury", "property damage"or"personal and advertising injury"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the"occurrence"which caused the"bodily injury"or"property damage", or the offense which caused the"personal and advertising injury", involved the rendering of,or the failure to render, any professional architectural, engineering or surveying services. d. "Bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location 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. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4.Other Insurance 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. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 5 of 8 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. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence,Offense,Claim 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; b. Tender the defense and indemnity of any claim or"suit'to all insurers whom also have insurance available to the additional insured; and C. 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. 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 in 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. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section 11 -Who Is An Insured is replaced with the following: (1) "Bodily injury"or"personal and advertising injury": (a) To you,to your partners or members (if you are a partnership or joint venture),to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee"or"volunteer worker"as a consequence of Paragraph (1)(a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision(Paragraph(d))does not apply. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 8 Paragraphs(a)and (b)above do not apply to"bodily injury" or"personal and advertising injury"caused by an "employee"who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's"job responsibilities assigned by you, includes the direct supervision of other"employees"of yours. However, none of these"employees"are insureds for"bodily injury"or"personal and advertising injury"arising out of their willful conduct, which is defined as the purposeful or willful intent to cause"bodily injury"or"personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section II-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to"bodily injury"or"property damage"that occurred before you acquired or formed the organization; and C. Coverage B does not apply to"personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 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. M. KNOWLEDGE OF OCCURRENCE,OFFENSE, CLAIM OR SUIT 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 or"suits"shall have received such notice from the agent, servant or "employee". N. 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. O. 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. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a.of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US—WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV—Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: 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 written agreement. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG 86 11 10 16 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. of 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". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 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 claim or "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 Condi- tions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions of 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 failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and e b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrong- doing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any profes- sional services. © 2016 Liberty Mutual Insurance CG 86 11 10 16 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III -Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. 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; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and s c. 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. © 2016 Liberty Mutual Insurance CG 86 1111 10 16 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 2 COMMERCIAL GENERAL LIABILITY CG 88 70 12 08 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 Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, 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 s damages under Coverage A, except damages because of "bodily injury" or "property damage" s included in the "products-completed operations hazard", and for medical expenses under Cov- erage 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 Section I - Coverage A - Bodily Injury And Property Damage Liability, and for all medical ex- penses caused by accidents under Section I - Coverage C Medical Payments, which cannot be attrib- uted only to ongoing operations at a single construction project away from premises owned by or rented to you: N 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. 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 Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties,Inc.,with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 89 70 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CANCELLATION PROVISIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any term or provision of the Cancellation Conditions of the policy or any endorsement amending or replac- ing such Conditions is amended by the following: If you have agreed in a written contract or written agreement to provide a person or organization notice of cancellation we agree to the following: Provide 30 days prior written cancellation notice to such person or organization for reasons other than nonpayment of premium, but only if we are provided with a schedule of persons or organizations with whom you have agreed to provide notification more than 30 days before the cancellation is to take effect. For purposes of this endorsement, knowledge of the agent as to the persons or organizations requesting notice of cancellation is insufficient to invoke our duty to provide notice of cancellation unless the identity of the persons or organizations is provided directly to us in accordance with the terms of this endorsement. Failure to provide notice to a person or organization in accordance with the terms of this endorsement shall not extend the effective date of the cancellation or otherwise affect cancellation of the policy as to any insured. © 2013 Liberty Mutual Insurance CG 89 70 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGEINDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS(including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE—BROADENED COVERAGE 10 GLASS REPAIR—WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN/LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE—ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II—LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II—LIABILITY COVERAGE, paragraph A.I.—WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured"does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: f. Any"employee"of yours while using a covered "auto"you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any"employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee". 3. ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT SECTION II—LIABILITY COVERAGE, paragraph A.1.—WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an"insured". However, such person or organization is an"insured": (1) Only with respect to the operation, maintenance or use of a covered"auto": (2) Only for"bodily injury" or"property damage" caused by an "accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II —LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs (2)and(4)are replaced by the following: (2) Up to $3,000 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$500 a day because of time off from worts. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II—LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the"bodily injury" results from the use of a covered"auto"you own or hire. SECTION III—PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE 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": a. You hire, rent or borrow; or ©2010 Liberty Mutual Insurance Company. All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 2 of 7 b. Your"employee" hires or rents under a written contract or agreement in that"employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for"loss" in anyone"accident"or"loss" is the smallest of: (1) $50,000;or (2) The actual cash value of the damaged or stolen property as of the time of the"loss": or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered"auto"you own. D. Subject to a maximum of$750 per "accident", we will also cover the actual 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. E. This coverage extension does not apply to: (1) Any"auto"that is hired, rented or borrowed with a driver: or (2) Any"auto"that is hired, rented or borrowed from your"employee". For the purposes of this provision, SECTION V—DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III—PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of 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", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight(GVW)of 10,000 pounds or less. c. For"medium trucks" , we will pay up to$150 per disablement. "Medium trucks"are trucks that have a gross vehicle weight(GVW)of 10,001 —20,000 pounds. However,the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE-ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III —PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of$50 per day and a maximum limit of$1,500 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III—PHYSICAL DAMAGE COVERAGE,A. COVERAGE, is amended by adding the following: a. We will pay up to$75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the"accident"or"loss"to the covered"auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle,which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered"auto". d. This coverage does not apply unless you have a business necessity that other"autos" available for your use and operation cannot fill. e. If"loss" results from the total theft of a covered"auto"of the private passenger type,we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4.Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects"as defined in provision 11. 10. 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. The maximum amount we will pay is$1,000. 11. 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 is excess over any other collectible insurance. B. SECTION V—DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects"does not include tools, equipment,jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT 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 for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclusions 4.c. and 4.d. is deleted and replaced with the following: 02010 Liberty Mutual Insurance Company.Al rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered"auto" at the time of the"loss"and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered"auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN/LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you 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", 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", L Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the"loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the"loss". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered"auto"that incurred the loss. C. SECTION V—DEFINTIONS is changed by adding the following: As used in this endorsement provision,the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A"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. ©2010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 6 of 7 IS. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the"auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The"loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV—BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT,OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of"accident",claim, "suit"or"loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How,when and where the"accident'or"loss"took place; (2) The"insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV—BUSINESS AUTO CONDITIONS, paragraph A.S.,Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident'or "loss", our rights are waived also. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States,the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V—DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V—DEFINTIONS, 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. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A.—CANCELLATION condition applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancellation. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office,with its permission. Page 7 of 7 POLICY NUMBER: COMMERCIAL AUTO CA 02 44 06 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CANCELLATION PROVISION OR COVERAGE CHANGE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. N Endorsement Effective: Countersigned By: Named Insured: Authorized Representative) SCHEDULE Number of Days' Notice 30 Name Of Person Or Organization Name of person or Org blanket schedule with agent Address 300 Lydon B johnson FWY STE 1300 DALLAS TX 75234 If this policy is canceled or materially changed to reduce or restrict coverage, we will mail notice of cancella- tion or change to the person or organization named in the Schedule. We will give the number of day's notice indicated in the Schedule. b CA 02 44 06 04 © ISO Properties, Inc., 2003 Page 1 of 1 TeX,qSMutuar WORKERS' COMPENSATION INSURANCE 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 12/31117 at 12:01 a.m.standard time,forms a part of: Policy no.0001231613 of Texas Mutual Insurance Company effective on 12/31/17 Issued to: NORTHSTAR CONSTRUCTION LLC This is not a bill Authorized representative NCCI Carrier Code: 29939 12/19/17 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com 1(800)859-5995 1 Fax(800)359-0650 WC 42 03 04 B TeXaSMutuar WORKERS' COMPENSATION INSURANCE 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.) This endorsement,effective on 12/31/17 at 12:01 a.m.standard time,forms a part of: Policy no.0001231613 of Texas Mutual Insurance Company effective on 12/31/17 Issued to: NORTHSTAR CONSTRUCTION LLC de-- This is not a bill Authorized representative NCCI Carrier Code: 29939 12/19/17 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.com 1(800)859-5995 1 Fax(800)359-0650 WC 42 06 01 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febtuay2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment,and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 n 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnmy Z 2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment...........................................................................................20 �► 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 AO** Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed.........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work;Allowances;Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 061k 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 Article17-Miscellaneous..............................................................................................................................62 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FdxuazyZ 2016 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 r17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday,except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney – The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febniasy2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party,City or Contractor exclusive of a Contract Claim. 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febmay2,2016 007200-I 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febniay2,2016 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 Manager—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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours —Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FdxuayZ2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty,or deficient in that it: a. does not conform to the Contract Documents;or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page S of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules ~~ No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdmgffy2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work. Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febuarty2,2016 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. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. A CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febn ay 2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 AWN B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions,the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebmayZ 2016 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. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the — Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City,during construction;and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083(100621 Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no ., changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees, agents,consultants,or subcontractors with respect to: �-- 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnay2,2016 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuuy2,2016 007200-1 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 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuary2,2016 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. 5.04 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FdxuaryZ2016 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. 5.05 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 6.01 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febn ay 2,2016 00 72 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. 6.02 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. 6.03 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 furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxumy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuwy2,2016 00 72 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 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebmayZ2016 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.B. 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.B. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City)resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuwy2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE 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. Material misrepresentation of any nature will 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 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. 6.07 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. Penaltyfor Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant 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 31 st 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuay 2,2016 007200-1 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. 6.08 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdmury2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits r 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febwzy2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. httt)://www.window.state.tx.us/taxinfo/taxfonns/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febmay2,2016 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuffy2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febn ay Z 2016 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebnzyZ 2016 007200-I 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FeburyZ2016 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebmayZ2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy 2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdarmy2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. -- 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FdxuffyZ2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Cornell Grodon, or his/her successor pursuant to written notification from the Director of Parks and Recreation. 9.02 Visits to Site A. City's Project Manager 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 Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager'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 Manager'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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field AWftl Order may be issued by the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebmayZ2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febrmy2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febcuaty2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.013, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnkry2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnrary2,2016 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 11.0 LA.1 or specifically covered by Paragraph 11.01.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 w 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 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnnay2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebrmyZ 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdmoy2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.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, 11.01.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 11.01.A.4 and 11.0l.A.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febmay2,2016 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. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide — information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebmazyZ 2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnay2.2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose,or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuary2,2016 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. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fdxuary2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise _ paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: I. 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnrary2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-I GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.O5.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnuy2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revision:FebniayZ2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febniay2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere,and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febtuay2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FebnrayZ 2016 007200-I GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: .� CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Fe1nuy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revision:FdxuaryZ2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 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 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 January 5,2018: 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 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 January 5,2018: 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-4.02A.,"Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Geotechnical Engineering Study Report No.2182-17-09,dated October 3,2017,prepared by CMJ 14 Engineering,Inc.,a sub-consultant of Pacheco Koch Consulting Engineers,Inc.,a consultant of the City, 15 providing additional information on engineering analysis and recommendations. 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 19 None 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 None 25 26 SC-5.03A.,"Certificates of Insurance" 27 28 The entities listed below are"additional insureds as their interest may appear"including their respective 29 officers,directors,agents and employees. 30 31 (1) City 32 (2) Consultant: Pacheco Koch Consulting Engineers,Inc. 33 (3) Other: None 34 35 SC-5.04A.,"Contractor's Insurance" 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 41 42 Statutory limits 43 Employer's liability 44 $100,000 each accident/occurrence 45 $100,000 Disease-each employee 46 $500,000 Disease-policy limit 47 48 SC-5.048.,"Contractor's Insurance" 49 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 5.04B.Commercial General Liability, under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 I 1 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks NONE 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $Confirm Limits with Railroad 48 49 (2) Each Occurrence: $Confirm Limits with Railroad 50 51 _Required for this Contract X Not required for this Contract 52 53 54 With respect to the above outlined insurance requirements,the following shall govern: 55 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in .••. 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 2 for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 39 2013 Prevailing Wage gates(Commercial,Construction Pr -ds) 40 <Buzzsaw location, Resources/02-Construction Documents/Specifications/Div 00-General 41 Conditions/CFW Wage Rate Table 20080708.pdp 42 43 SC-6.09.,"Permits and Utilities" 44 45 SC-6.09A.,"Contractor obtained permits and licenses" 46 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 47 1. Parkway Permit, Street Closure Permit 48 49 SC-6.09B."City obtained permits and licenses" 50 The following are known permits and/or licenses required by the Contract to be acquired by the City: 51 NONE 52 53 SC-6.09C."Outstanding permits and licenses" 54 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of January 5, 2 2018: 3 4 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 5 6 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 7 8 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 9 (hereinafter referred to as the "Contractor")agrees as follows: 10 11 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 12 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 13 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 14 (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part 15 of this contract. 16 17 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract,shall 18 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 19 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 20 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 21 Regulations,including employment practices when the contract covers a program set forth in 22 Appendix B of the Regulations. 23 24 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 25 solicitations either by competitive bidding or negotiation made by the contractor for work to be 26 performed under a subcontract,including procurements of materials or leases of equipment,each 27 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 28 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 29 national origin. 30 31 4. Information and Reports: The Contractor shall provide all information and reports required by the 32 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 33 accounts,other sources of information and its facilities as may be determined by City or the Texas 34 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 35 and instructions.Where any information required of a contractor is in the exclusive possession of 36 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 37 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 38 obtain the information. 39 40 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 41 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 42 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 43 44 a. withholding of payments to the Contractor under the Contract until the Contractor 45 complies,and/or 46 b. cancellation,termination or suspension of the Contract,in whole or in part. 47 48 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 49 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 50 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 respect to any subcontract or procurement as City or the Texas Department of Transportation may .•. 2 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 3 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 4 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 5 such litigation to protect the interests of City,and,in addition,the contractor may request the United 6 States to enter into such litigation to protect the interests of the United States. 7 8 Additional Title VI requirements can be found in the Appendix. 9 10 SC-7.02.,"Coordination" 11 12 The individuals or entities listed below have contracts with the City for the performance of other work at 13 the Site: 14 Vendor Scope of Work Coordination Authority None 15 16 17 SC-8.01,"Communications to Contractor" 18 19 Contractor to invite Neighborhood Services Department to Pre-Construction Meeting.Neighborhood 20 Services must be in attendance.Contact Bette Chapman,Neighborhood Development Consultant,908 21 Monroe Street,3'a Floor,Fort Worth Texas 76102,Phone—817-392-6125,Email— 22 bette.chanman@fortworthtexas.gov. 23 24 SC-9.01.,"City's Project Manager" 25 26 The City's Project Manager for this Contract is Cornell Gordon,or his/her successor pursuant to written 27 notification from the Director of Parks&Recreation Department. 28 29 SC-13.03C.,"Tests and Inspections" 30 31 None 32 33 SC-16.01C.1,"Methods and Procedures" 34 35 None 36 37 SC-17.01.,"City of Fort Worth Community Development Block Grant Letter of Agreement Exhibit 38 °H'—Federal Labor Standards Provisions—Davis—Bacon Requirements" 39 40 <Buzzsaw location, 100083-Bunche Park Master PlanlConstruction Specifications/Div 00-General 41 Conditions/Supplemental ConditionlCDBG Letter of Agreement Exhibit 'H'—Federal Labor Standards 42 Provisions—Davis—Bacon Requirements.pdf5 43 44 SC-18.01,"Additional Terms" 45 46 <Buzzsaw location, 100083-Bunche Park Master Plan/Construction Specifications/Div 00-General 47 Conditions/Supplemental Condition/Additional Terms.pdP 48 49 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 011100-3 SUMMARY OF WORK 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] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 I —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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 £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 SUBMITTALSANFORMATIONAL 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A AM- 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 r� CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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. r` 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 in. 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 r-- 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 ,�. Revision Log DATE NAME SUMMARY OF CHANGE 13 Ann- CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 I 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised July I,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule AOM- 2 �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. 11 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. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 0132 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will,after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 013216-4 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 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] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 '/z inches x 11 inches to 8 '/2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates -- 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI -- 22 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 IA.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 £ 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. 42 2. Railroad Flagmen CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement ^� 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 01 31 13 46 G. Water Department Coordination CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each ... 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 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 1.4.13—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 13 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0135 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Date: DOE NO.XXXX Project Name•. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 w I 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 SUBMITTALSIINFORMATIONAL 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 jab 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. W 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page I 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 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard 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. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 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) TXR150000 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 0157 13-3 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 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 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-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 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 SUBMITTALSANFORMATIONAL 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 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 .r. 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 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 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 W 30 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 5 I 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 45 a. Mobilization and Demobilization CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 5 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 1. Mobilization and Demobilization 26 a. Measure 27 1) This Item will be measured by the lump sum or each as the work 28 progresses. Mobilization is calculated on the base bid only and will not be 29 paid for separately on any additive alternate items added to the Contract. 30 2) Demobilization shall be considered subsidiary to the various bid items. 31 b. Payment 32 1) For this Item,the adjusted Contract amount will be calculated as the total 33 Contract amount less the lump sum for mobilization. Mobilization shall be 34 made in partial payments as follows: 35 a) When 1%of the adjusted Contract amount for construction Items is 36 earned, 50%of the mobilization lump sum bid or 3%of the total Contract 37 amount,whichever is less,will be paid. 38 b) When 5%of the adjusted Contract amount for construction Items is 39 earned, 75%of the mobilization lump sum bid or 1.5%of the total Contract 40 amount,whichever is less,will be paid. Previous payments under the Item 41 will be deducted from this amount. 42 c) When 10%of the adjusted Contract amount for construction Items is 43 earned, 100%of the mobilization lump sum bid or 1.5%of the total 44 Contract amount,whichever is less,will be paid. Previous payments under 45 the Item will be deducted from this amount. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 5 1 d)A bid containing a total for"Mobilization"in excess of 6% of total 2 contract shall be considered unbalanced and a cause for consideration 3 of rejection. 4 e)The Lump Sum bid for"Mobilization—Paving/Drainage"shall NOT 5 include any cost or sum for mobilization items associated with 6 water/sewer items. Those costs shall be included in the various 7 water/sewer bid Items. Otherwise the bid Items shall be considered 8 unbalanced and a cause for consideration of rejection. 9 f)The Lump Sum bid for"Mobilization—Paving"shall NOT include 10 any cost or sum for mobilization items associated with drainage items. 11 Those costs shall be included in the"Mobilization—Drainage"Lump 12 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 13 and a cause for consideration of rejection. 14 g)The Lump Sum bid for"Mobilization—Drainage"shall NOT 15 include any cost or sum for mobilization items associated with paving 16 items. Those costs shall be included in the"Mobilization—Paving" 17 Lump Sum bid Item. Otherwise the bid Items shall be considered 18 unbalanced and a cause for consideration of rejection. 19 2) The work performed and materials furnished for demobilization in 20 accordance with this Item are subsidiary to the various Items bid and no other 21 compensation will be allowed. 22 2. Remobilization for suspension of Work as specifically required in the Contract 23 Documents 24 a. Measurement 25 1) Measurement for this Item shall be per each remobilization performed. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement'will be paid for at the unit 29 price per each"Specified Remobilization"in accordance with Contract 30 Documents. 31 c. The price shall include: 32 1) Demobilization as described in Section 1.1.A.2.a.1) 33 2) Remobilization as described in Section I.I.A.2.a.2) 34 d. No payments will be made for standby, idle time, or lost profits associated this 35 Item. 36 3. Remobilization for suspension of Work as required by City 37 a. Measurement and Payment 38 1) This shall be submitted as a Contract Claim in accordance with Article 10 39 of Section 00 72 00. 40 2) No payments will be made for standby, idle time, or lost profits associated 41 with this Item. 42 4. Mobilizations and Demobilizations for Miscellaneous Projects 43 a. Measurement 44 1) Measurement for this Item shall be for each Mobilization and 45 Demobilization required by the Contract Documents 46 b. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 5 1 1) The Work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price per each"Work Order Mobilization"in accordance with Contract 4 Documents. Demobilization shall be considered subsidiary to mobilization 5 and shall not be paid for separately. 6 c. The price shall include: 7 1) Mobilization as described in Section 1.1.A.3.a.1) 8 2) Demobilization as described in Section 1.1.A.3.a.2) 9 d. No payments will be made for standby, idle time, or lost profits associated this 10 Item. 11 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement"will be paid for at the unit 18 price per each"Work Order Emergency Mobilization"in accordance with 19 Contract Documents. Demobilization shall be considered subsidiary to 20 mobilization and shall not be paid for separately. 21 c. The price shall include 22 1) Mobilization as described in Section 1.1.A.4.a) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time,or lost profits associated this 25 Item. ' 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS [NOT USED] 29 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 PART 3- EXECUTION [NOT USED] 38 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2016 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 2 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2016 017123-I CONSTRUCTION STAKING AND SURVEY Page 1 of 7 1 SECTION 017123 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 be 20 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 be 27 allowed. 28 3. As-Built Survey 29 a. Measurement 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and the materials furnished in accordance with this 33 Item are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 1.3 REFERENCES 36 A. Definitions 37 1. Construction Survey -The survey measurements made prior to or while construction 38 is in progress to control elevation,horizontal position,dimensions and configuration 39 of structures/improvements included in the Project Drawings. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 2. As-built Survey—The measurements made after the construction of the improvement �• 2 features are complete to provide position coordinates for the features of a project. 3 3. Construction Stakina—The placement of stakes and markings to provide offsets and 4 elevations to cut and fill in order to locate on the ground the designed 5 structures/improvements included in the Project Drawings. Construction staking 6 shall include staking easements and/or right of way if indicated on the plans. 7 4. Survey"Field Checks"—Measurements made after construction staking is 8 completed and before construction work begins to ensure that structures marked on 9 the ground are accurately located per Project Drawings. 10 B. Technical References 11 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 12 website)—01 7123.16.01— 123.16.01_Attachment A—Survey Staking Standards 13 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available on 14 City's Buzzsaw website)—0171 23.16.02—Attachment B—Survey Data Collector 15 Library.fxl. 16 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 17 4. Texas Society of Professional Land Surveyors(TSPS), Manual of Practice for Land 18 Surveying in the State of Texas, Category 5 19 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS 22 A. Submittals, if required, shall be in accordance with Section 0133 00. 23 B. All submittals shall be received and reviewed by the City prior to delivery of work. 24 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 25 A. Field Quality Control Submittals 26 1. Documentation verifying accuracy of field engineering work, including coordinate 27 conversions if plans do not indicate grid or ground coordinates. 28 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 29 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards. Contractor 30 shall submit an updated Construction As-built Spreadsheet with the second partial 31 payment request each month. 32 3. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 33 constructed improvements during the progress of the construction signed and 34 sealed by RPLS responsible for the work. 35 1.7 CLOSEOUT SUBMITTALS 36 B. As-built Redline Drawing Submittal 37 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 38 constructed improvements after the construction is completed signed and sealed 39 by RPLS responsible for the work. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 - 1 2. Contractor shall submit the proposed as-built and completed redline drawing 2 submittal 1 week prior to scheduling the project final for City review and comment. 3 Revisions, if necessary, shall be made to the as-built redline drawings and 4 resubmitted to the City prior to scheduling the construction final. 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Construction Staking 8 1. Construction staking will be performed by the Contractor. 9 2. Coordination 10 a. Contact City's Project Representative at least one week in advance notifying 11 the City of when Construction Staking is scheduled. 12 b. It is the Contractor's responsibility to coordinate staking such that 13 construction activities are not delayed or negatively impacted. 14 3. General 15 a. Contractor is responsible for preserving and maintaining stakes. If City 16 surveyors are required to re-stake for any reason,the Contractor will be 17 responsible for costs to perform staking. If in the opinion of the City, a 18 sufficient number of stakes or markings have been lost,destroyed disturbed or 19 omitted that the contracted Work cannot take place then the Contractor will be 20 required to stake or re-stake the deficient areas. 21 B. Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor to verify that horizontal and vertical control data established in the 25 design survey and required for construction survey is available and in place. 26 3. General 27 a. Construction survey will be performed in order to construct the work shown 28 on the Construction Drawings and specified in the Contract Documents. 29 b. For construction methods other than open cut,the Contractor shall perform 30 construction survey and verify control data including,but not limited to,the 31 following: 32 1) Verification that established benchmarks and control are accurate. 33 2) Use of Benchmarks to furnish and maintain all reference lines and grades 34 for tunneling. 35 3) Use of line and grades 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, if requested,and allow the City to check guidance system setup prior 38 to beginning each tunneling drive. 39 5) Provide access for the City, if requested, to verify the guidance system and 40 the line and grade of the carrier pipe. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 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 the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 9) If the installation does not meet the specified tolerances(as outlined in 2 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 3 the installation in accordance with the Contract Documents. 4 C. 5 C. As-Built Survey 6 1. Required As-Built Survey will be performed by the Contractor. 7 2. Coordination 8 a. Contractor is to coordinate with City to confirm which features require as- 9 built surveying. 10 b. It is the Contractor's responsibility to coordinate the as-built survey and 11 required measurements for items that are to be buried such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. The Contractor shall provide as-built survey including the elevation and 15 location(and provide written documentation to the City)of construction 16 features during the progress of the construction including the following: 17 18 1) Stormwater—Not Applicable 19 20 b. The Contractor shall provide as-built survey including the elevation and 21 location(and provide written documentation to the City)of construction 22 features after the construction is completed including the following: 23 1) Stormwater—Not Applicable 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY 27 PART 2 - PRODUCTS 28 A. A construction survey will produce,but will not be limited to: 29 1. Recovery of relevant control points,points of curvature and points of intersection. 30 2. Establish temporary horizontal and vertical control elevations(benchmarks) 31 sufficiently permanent and located in a manner to be used throughout construction. 32 3. The location of planned facilities,easements and improvements. 33 a. Establishing final line and grade stakes for piers,floors, grade beams,parking 34 areas,utilities,streets,highways,tunnels,and other construction. 35 b. A record of revisions or corrections noted in an orderly manner for reference. 36 c. A drawing,when required by the client,indicating the horizontal and vertical 37 location of facilities, easements and improvements, as built. 38 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 39 construction staking projects. These cut sheets shall be on the standard city template 40 which can be obtained from the Survey Superintendent(817-392-7925). 41 5. Digital survey files in the following formats shall be acceptable: 42 a. AutoCAD(.dwg) 43 b. Text File(.txt) CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 c. ESRI Shapefile(.shp) 2 d. CSV file(.csv) 3 6. Survey files shall include vertical and horizontal data tied to original project control 4 and benchmarks,and shall include feature descriptions 5 PART 3- EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as practical 9 and necessary. The degree of precision required is dependent on many factors all of 10 which must remain judgmental. The tolerances listed hereafter are based on 1 l generalities and,under certain circumstances, shall yield to specific requirements. 12 The surveyor shall assess any situation by review of the overall plans and through 13 consultation with responsible parties as to the need for specific tolerances. 14 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 15 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 16 1.0 ft. tolerance. 17 b. Horizontal alignment on a structure shall be within .0.1 ft tolerance. 18 c. Paving or concrete for streets, curbs, gutters, parking areas, drives,alleys and 19 walkways shall be located within the confines of the site boundaries and, 20 occasionally,along a boundary or any other restrictive line. Away from any 21 restrictive line,these facilities should be staked with an accuracy producing no 22 more than 0.05ft.tolerance from their specified locations. 23 d. Underground and overhead utilities, such as sewers,gas, water,telephone and 24 electric lines, shall be located horizontally within their prescribed areas or 25 easements. Within assigned areas,these utilities should be staked with an 26 accuracy producing no more than 0.1 ft tolerance from a specified location. 27 e. The accuracy required for the vertical location of utilities varies widely. Many 28 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 29 should be maintained. Underground and overhead utilities on planned profile, 30 but not depending on gravity flow for performance, should not exceed 0.1 ft. 31 tolerance. 32 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 33 specifications or in compliance to standards. The City reserves the right to request a 34 calibration report at any time and recommends regular maintenance schedule be 35 performed by a certified technician every 6 months. 36 1. Field measurements of angles and distances shall be done in such fashion as to 37 satisfy the closures and tolerances expressed in Part 3.1.A. 38 2. Vertical locations shall be established from a pre-established benchmark and 39 checked by closing to a different bench mark on the same datum. 40 3. Construction survey field work shall correspond to the client's plans. Irregularities 41 or conflicts found shall be reported promptly to the City. 42 4. Revisions,corrections and other pertinent data shall be logged for future reference. 43 44 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 3.3 PREPARATION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR/RESTORATION 4 A. If the Contractor's work damages or destroys one or more of the control 5 monuments/points set by the City,the monuments shall be adequately referenced for 6 expedient restoration. 7 1. Notify City if any control data needs to be restored or replaced due to damage 8 caused during construction operations. 9 a. Contractor shall perform replacements and/or restorations. 10 b. The City may require at any time a survey"Field Check"of any monument 11 or benchmarks that are set be verified by the City surveyors before further 12 associated work can move forward. 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [oR] SITE QUALITY CONTROL 15 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 16 City in accordance with this Specification. This includes easements and right of way, if 17 noted on the plans. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP 20 A. Survey Checks 21 1. The City reserves the right to perform a Survey Check at any time deemed 22 necessary. 23 2. Checks by City personnel or Yd party contracted surveyor are not intended to relieve 24 the contractor of his/her responsibility for accuracy. 25 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. 1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised August 31,2017 FORT WORTH, Section 017123.01 - Attachment A Survey Staking Standards February 2017 J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline.For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail, (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector,or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information 11. Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control,and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817)392-7925 Survey Superintendent,direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs,and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER GREEN IRRIGATION AND RECLAIMED WATER PURPLE" III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub(2"x2" min. square preferred) 6"tall Pin Flags(2.S" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods(1/2" or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/GIS/­ Look for'Zoning Maps'. Under'Layers',expand 'Basemap Layers',and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines,and rough-grade only.No GPS staking for concrete,sanitary sewer,storm drain,final grade.or — anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation(if applicable)of the point set. Control points can be set rebar, 'X' in concrete,or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point'or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate,Example:C.S.F.=0.999125, Base point=North:0, East=O C. Geoid model used, Example: GEOID12A J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert—Conformal—Conic Fa Ise_Ea st i ng: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—of—origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS—North—American-1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format:City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1:C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234—As-built of Water on Main Street—Project Specific Datum.csv -- Example Control Stakes J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 6 of 22 �+► V ry Q w � m d � o z w -j < > D z LLJ r l 0 0 < 101 C) EL.= 100.DD' m oW .� z W o oc Ld m Y CLI z < = o U F-- z I— z I 0 4 w = �w V)�I I Q J U o w z w W (D0 X z D o < m O O w Cr Of p 0 CP #10 N=5000.00 E=5000.00 .� V. Water Staking Standards J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01–Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200'on even stations 11. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe(T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above III. Staking of radius points of greater than 100'may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb r Ill. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults 1. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 8 of 22 A ƒ� $® 3� 2 � GS \ / . U }� / O/ # w/ w 4 \£/� § . (« - : S §/&S 2 t(jr / 3 O/ t w/L = sRe+Ie, \� , rill' 0 E Ya! Ue mJ 1.17 � 3 \ � \ c� \ ƒe t »� \ 5 E `6 3 3* < \ gm w z Lu �_ \ / E §{ m2 E \ e // / § § w \F a o p = \ § \\ \° j* \ )/ \ C=3j QLLJ \_§ \ _z �} \ }( z @o U ° ° « ` O/ #J E� - ° ® t®\ \ -Lj /*2z < § _ . ,ao k)\) 3 ! - fƒƒ/( ( ƒj/ m � VE Sanitary Sewer Staking ]KDWG-5\35 0 1.2 AD smAS ecncato AQIM Standar S ecf @tions G nEa R qur me is 0171 2.1a1mtdmetASurvey Staking kanamsdox Page 9 0 22 A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole,each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans r J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes �4 6 � 4=N O .q`! 75Y11 U Q7' /S 5S STA=3+71� �m C-4.91 ? C-41M s C-om Y W 0)W D yj} 111 r-. t z m l "1 Wz= �J .�`Vjf= 1-y IJi fI p0 c�J�ii �} 3a�i¢g 4 �` Q 12 = / 5TA O S SS -3+71� ern C-3� �W C-3� C-Q� F=$ W N LL �.z L1_ W ��y� / z 2a z 1 '` Cl c/ Qqm{}W'1F Y ..��+ wa 0 � C]F NWN ,ww x h F-Z Z mm�r� He Q iQ 7 O/S SS A=t+es r�4°t Q o z + W +/JI •.++ n 11.1 0 LL�LLL d I _M F- M 2 �Z 1 LLJ _2W a aa. EL a Q0 w a - wo iF J li 4� m W d z V)W J Jm �w E! �w UAL 2E c3 �c�a r LM a Na m+ a rn+ to nt Z y�Iyii��77 W Lia- w- IL w w w = N F F F� 2� E= FC F -CM 7- Z In � a N o �o Wm 40 0 Nib / Wa- ow mN 2 Ft0 a c-9 W w q- IL dWV� W r-. v4/ l m a C31 _ � r Z �o 12' 0fS 55 STA-6+o0 -"J. C-on �v, C-S C-OR ill 6 W L- C3 �d-etliN] aY'� `rc rz aN WU C7 v �a Fi �tL g ox V ,nLq om 2 M � aZ m� �o x oc tmok J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\01 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking—Straight Line Tangents I. 1 offset stake every 200'on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval 11. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING ) (SIDE FACING ) a N Q, FLACCING REQUIRED 4 ` II'd LIEU OF—PINK PAINT—ED L/All-4 ai o � m m n m _ i z- r r 1 M BACK z BACK Q, (90E FhC;1HC RAW.) f7., {SOT FAONG R.QW) , IDENTIFlEC MIC1H 'm DEN-nFleS 'YAHICH POW� I� �':EEND OF THE MW F1.4 1IT O 14j �� END OF THE IMNG BEING; STAKED s= BE]N6 STAKED 1 � I �N. HL13 ElEv.4nR+I I II UNLET STATION Hue ELENA-KIN I�t 1 (IF NOTED ON PLANS) p' t � o IDEdTIFIEZ GRADE ITfC.'. TO TOP OF CURB T/C O d IDENTIFIES ,RADE TO FL04AINE I I p � DISTANCES FOR INLETS —_ STANDARD 10' - 16' L----� RECESSED 10" - 217 STANDARD DOUBLE 10' - 26.67 HUfi 'Jr1TH TACK _ 1ME55E6 gMBLE 10�•- 34.67 I I I BACJf OF INLET b l - MaR At1tE c l BACK Cf aT BArCK OF CURB FLOWLINE FACE OF INLET FACE OF INLET FLDNUNE EDGE OF PAVEMENT EDGE OF PY.41`HMENT EDti£OF PA,4Ek1ENT EDGE# PA�+EhiENT J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking; A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break Vlll. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100',POC(Point of Curvature)offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100'may be omitted J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 10ft'll" Example Curb & Gutter Stakes FRONT (SIDE FACING ) 0 o FRONT IDENnRES END FRONT {SIDE FACING l POINT 4F 6QJT TAN FRONT / (SIDE FACING ) IDENTIFIES START P0147 CIF OURVATURE (SIDE FACING q) N U ec a Q E PTI SACK N o rte, IDENnFlu OFFSET IS m (SIDE FACING R.O,W.) BACK CF CURB OR F/C e � _ FOR FACE 4F CURS Z N I I I PUNT # fs' P 0 a/c I !I I +j IDENTIFIES{RADE IS III I II CTIA) TO POP OF CURB `�-`— N4 GRAVE ON0 -JI I HUB ELEVATION 0 + RADIUS POINTS - t � r TOP OF CURB r BACK OF CURB FACE OF CURB L ---J-x rt—" �7Os FLOWU NE EDGE OF PA MEN Example Curb & Gutter Stakes at Intersection J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 15 of 22 � Qp� � F _ 6M § \6»e 0 & o a=5Q Ro© LL C ... . � 7 . � y� \ 0L ®\ { \ § \ �w Uj ) §§( Z ./§ \ \� m ». ¥ �\ \ _o,JO _e su ASE§ am w _e -CD m ». « la y 'OL y k §\2 \a ) \�ƒ 6 1:> ,w$ . . _ ;E \ � J&DwG35\3 7-1.2 ADsB+SecAAo AoletStanar Se nelbnAGe ea Re urmekA0171 2.igimt6metASurveStaking kandrsdox Page 1«22 - IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example:C01234) E. Location(Address,cross streets,GPS coordinate) F. Survey company name G. e—chief name H. A blank template can be obtained from the survey superintendent(see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS R ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED _CUT + FILL -LT/+RT GRADE ELEV. J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs,stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 i swe-x �i'r�aP(-rmw 4,hY C� W 4R7���51�ACd�.1'M:M2] 3.Y7d3e ANN1AWs.�iM' i 3 '•� a Lai 1 `• i'i� `'i{ _ Pio to Ci i F �I< !� •°Y a Y � I to F It 01 i 10 To of ix € j r� Asawk J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 20 of 22 SrAOOOOD-OWL AY.p.A—IL-VIN STA OSNM-WWL07MDAV w wL(FIDYD am wjmw i SALVALE E7O5r. OWER WE V"E f Ma ER /N FOAt/r CQWAIrr 70 EMr.eWATER X O EE AMSr*b►•IYSOUD SLEEVE SrAOesa-OWL rll�1�Z8EAD ^y FOX eREDfKER � IVF �VERr.BEAID SrAQWJ5 F�PA7 (o Fto E M1999oetst25 AfSTAU. t E-Y E-2299Z3rl794 �-^„'f E-Y296.w.W r tl x e Mam TEE FBAVUE VAt F FARE M'QRI^^^^-^^^^ ,{ N(F ffmra iffr LEAD ew�w. P ':_ $Aj [V4 N 69wa3oDzes F"ft" A' E�%'189?3BB �rr.wr.w y +ti Lor BY 6 tic•ammms�sr/, ?.. ,rS y `�� XCD7 r�r�omiai�" IF6ApGlQBCA7 a E-�os�roo `� jlerv, LOT Y 74nE NowM Mtrnwrw \\ * ea.==w waftv d �•FF rE sr�+ AELUE EST. 1 OWNER hrAa� D Q`' } TBr•� ss— Tam•I PROPOSED POARy SED SAW MVIE a SAWME °. SEE SHEET aw.P.PE VA w SrA D3260-!Y` LOr A LNSTAW q. l O43'VERr.BEND M C.M a.*aw.%"+ � N•647L AV 94 i 229G3d"2 STAOQtLO-0' O7gD M- STA 05758-1P SrA&WW-AP ASrAtt. AMSrAtlr AMSTAU* I.Ar 900 StEEYE JLW O'VERr.BEAD t lP 6VERr.BM 57 LF OF CUM PFE N®Ag52863 MUM TO IM OWNER £ •T £+2m6acRAO £-2ZA6.im" P J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 �257Z-x weT-1 9)rd' ,4Y.03rvmd.iil3 r1-e'SlX wry Y QNr N31VN 1l i % t• „ a` yEE. •. ! o if A 3Qd a i 6Y:8��ge g f NIT 0� i @ � � jli g° q�e��d.• �% �i Oil ` V 3N17 SS VOW 05,0ti1S 3Mn•$401YlI ._ c� .'..:... ...-`�'Og,�t'iS 3.p17—H.;,l7W �j r ---- --- - - -- J1 !iY r ep All .� •. ••. __. .. .....--- ..... ----- err. .yy�, It rd EO �w of , S :© M w I d V r t i I V -. - a _ 33 ••�ICI�ti t. � g Ilemi ` - _.. yam. .•�F■. "w� ■. _ 1 CIW�d Y >1 C,S ”` 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 BLK 29 LOT 2 I Q 905[4M Ib r£n wam r . JIM waw lam'3 N/FrIMbIG ♦SAWTAW SEWER SERVACE Y/C1EANOUr J bl L dWWry I I W W• / ' "I(n LAYTON RD. W. Q P �. CD r CO 2-/Y 1 E<l2Wp,�r . w�W, 12'WATER O� .SER USE A -L-3fi54 t sss! Ex.a s — � co rte +sax ® :. 4 / 1 U 1 / �/ © rrcW RE1R'NE EXlSI. I STA WJO MSS LWE A- LOT P I Q EXIST.STAOIML3M- .ab�ay/w lY w.nrwin EXIST.STAN-aL 3 w RUME EXIST SSYN COINSTAECr 5 IF OF aSS LAVE CANST,f CNASSW/MW/DE LONGCYYlAR i MR tliSEM %Zvi ik W1 CORAOSVM PROTECT= CONNECT PROP.O'SS MAW/ CONNECT PROP 6•SS INEASM TO PROP.SSWL N5G252 E zz�sss23, CITY MAP NO.2018-380,2018--3 MAPSCO PAGE NO.74N,S,T, 7 7 7 7 T 7 6 J:\DWG-35\ 2.00 h00 ents\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 23 of 23 Obviously the .csv or.txt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM L /F- 6-�S 4 6946220.582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM IJ 6 6946190.528 2296022.721 722.325 FH 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM 9 6946003.056 2295933.418 713.652 CO RIM Z r-wF L1 2-,L-,Z 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM �- 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM C CC(t Zj 1 tj�-'tc-S 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM `A 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM ' 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 1 26 6945539.498 2295667.803 729.123 WM RIM "jam 27 6945519.834 2295619.49 732.689 WM RIM - 28 6945417.879 2295580.27 740.521 WM RIM C �( ( flu 29 6945456.557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM -14 AfJ' 31 6945370.688 2295606.793 740.976 GV RIMur� C . 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM t ' 38 6945142.015 2295557.666 750.853 WM RIM } 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM of 41 6945041.024 2295552.675 751.79 WM RIM �V T 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM ` ,1"47- 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM , tomJ 30/( lt6 J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01-Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 - - -- ------ ------ ---- --- - ----- ---- ----- ---- --- -- -- - - _ 52 - - - i - Y ti ------ ------a----- iF - - - --- ^ - -- -- -- - a 2 g # s yy. E S iA IM rd I A s e � .1 $ z z ft J:\DWG-35\3570-16.290\Design\Specifications\Client Standard Specifications\General Requirements\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 26 of 26 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: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH SUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. r 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 0177 19-3 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) 1 I 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 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 '/2 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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.1—title of section removed 8 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 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. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud"drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts,and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 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 [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls(less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 4 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 3123 23—Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway: measure by the square foot by type. 30 e. Remove Fence: measure by the linear foot. 31 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wall(less than 4 feet tall): measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting,removal,hauling, 2 disposal,tools,equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 4 as a wall footing)shall be paid as sidewalk removal. For utility projects,this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting,removal,hauling,disposal, 8 tools, equipment,labor and incidentals needed to execute work.For utility 9 projects,this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 12 hauling,disposal,tools, equipment, labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects,this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting,removal,hauling, 17 disposal,tools,equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects,this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal,hauling, disposal,tools, 21 equipment,labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials,loading,hauling, 25 unloading,and storing or disposal; furnishing backfill material;backfilling the — 26 postholes; and equipment, labor,tools,and incidentals. For utility projects,this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall(less than 4 feet tall): full compensation for saw 30 cutting,removal,hauling,disposal,tools,equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing)shall be paid as sidewalk 33 removal. For utility projects,this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal,hauling, disposal,tools, 36 equipment, labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting,removal,hauling, 40 disposal,tools,equipment,labor and incidentals needed to execute work. For 41 utility projects,this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal,hauling, disposal,tools,equipment, labor and incidentals needed to 45 execute work. For utility projects,this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 20,2012 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL 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 PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 3123 23. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy,expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3.4.K. 32 2. Remove ramp to nearest existing dummy,expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy, expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals(livestock,pets,etc.)within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall(less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 1. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 K. Sawcut 2 1. Sawing Equipment 3 a. Power-driven 4 b. Manufactured for the purpose of sawing pavement 5 c. In good operating condition 6 d. Shall not spall or fracture the pavement to the removal area 7 2. Sawcut perpendicular to the surface completely through existing pavement. 8 3.5 REPAIR [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 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 20 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from 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: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter:measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 35 disposal,tools,equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting,removal,hauling, 39 disposal,tools,equipment, labor and incidentals needed to execute work. For 40 utility projects,this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 0241 15-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting,removal, salvaging, ^' 2 cleaning,hauling, disposal,tools,equipment, labor and incidentals needed to 3 execute work. For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 6 hauling, disposal,tools,equipment, labor and incidentals needed to execute 7 work. For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment,labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to 16 salvage stockpile or disposal,tools, labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools, labor, equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor,material,equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material, undercut the base,mixing,compaction,haul off, sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling,disposal, 26 tools,equipment, labor,and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section. Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans,or for pavements or structures removed for CONTRACTOR's 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] .� CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 0241 15-3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2 - PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade- Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 31 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 32 joint, edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat,straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3A.B. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 0241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.13. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.13. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes, or other obstructions within the paved area. 36 £ Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges,oil film, and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 024115-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill buttjoints into the existing surface,in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the buttjoints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters,bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use, clean,palletize, and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5%Portland cement. 37 b. See Section 32 1133. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 024115-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR[NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 16 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised February 2,2016 033366-1 SPECIFICATION GUIDELINE EXTERIOR CONCRETE STAIN Pagel of 3 1 SECTION 03 36 66 2 SPECIFICATION GUIDELINE 3 EXTERIOR CONCRETE STAIN 4 PART 1 GENERAL 5 1.01 SUMMARY 6 A. Section Includes: 7 1. Stained concrete finish 8 B. Related Sections 9 1. Section 03300-Cast-In-Place Concrete 10 1.02 SUBMITTALS I 1 A. Contractor shall submit specified manufacturer's complete technical data sheets for all 12 products to be used, including installation instructions 13 1.03 QUALITY ASSURANCE — 14 A. Manufacturer Qualifications: Manufacturer of specified stain and sealer shall have a 15 minimum 10 years experience in the production of the specified products. 16 B. Contractor Qualifications: Contractor must have a minimum 3 years experience in 17 staining applications and successfully completed not less than 6 projects comparable in 18 scale and complexity. 19 1. Statement of Contractor Qualifications 20 a. submit list of at least 2 completed projects including project name,project 21 address and owner contact information. 22 C. Mockups and Field Samples: Prepare field sample at project site for architects review 23 and approval. 24 1. Samples shall be constructed on site and shall be 10'x10'. If there is existing 25 concrete,the Architect shall select an area where the samples will be placed. 26 2. Construct sample-using processes and techniques intended for use on permanent 27 work, including curing procedures. Include samples of control,construction, and 28 expansion joints in sample panels. 29 3. Sample shall be stained by the individual workers who will actually be 30 performing the work for the project. 31 4. Obtain written approval of the sample from project Architect before start of work. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 033366-2 SPECIFICATION GUIDELINE EXTERIOR CONCRETE STAIN Page 2 of 3 w 1 5. Retain approved samples through completion of the work for use as a quality standard 2 for finished work. 3 1.04 DELIVERY,STORAGE AND HANDLING 4 A. Deliver the specified products in original,unopened containers with legible 5 manufacturer's identification and information. 6 B. Store specified products in conditions recommended by the manufacturer. 7 1.05 JOB SITE CONDITIONS 8 A. Environmental Conditions: Maintain an ambient temperature of between 50° F and 90° F 9 during application and at least 48 hours after application. 10 B. Protection: Precautions shall be taken to avoid damage or contamination of any surfaces 11 near the work zone. Protect completed stain work from moisture or contamination. 12 PART 2 PRODUCTS 13 2.01 ACCEPTABLE MANUFACTURERS 14 A. Concrete Stain: A semi-opaque pigmented solvent-based penetrating polysiloxane stain 15 designed to add new color to uncolored concrete -- 16 SCOFIELD@ ReviveTM Exterior Concrete Stain as manufactured by the L.M. 17 SCOFIELD COMPANY, Douglasville, Georgia, is considered to conform to the 18 requirements of this specification, or approved equal. 19 1. Colors: Colors to be specified by Architect off SCOFIELD® ReviveTM Exterior 20 Concrete Stain Color Chart CC-1710.01,or approved equal. 21 B. Substitutions: The use of any products other than those specified will be considered 22 providing that the contractor requests it's use in writing within fourteen(14) days prior to 23 bid date. This request shall be accompanied by: 24 1. A certificate of compliance from the material manufacturer stating that the proposed 25 products meet or exceed the requirements for this specification. 26 2. Documented proof that the proposed material has a ten(10) year proven record of 27 performance for staining concrete substrates,confirmed by at least five(5)local 28 projects that the Architect can examine. 29 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 033366-3 SPECIFICATION GUIDELINE EXTERIOR CONCRETE STAIN Page 3 of 3 1 PART 3 EXECUTION 2 3.01 EXAMINATION 3 A. Verification of Conditions: Contractor shall examine areas and conditions under which 4 work will be performed and identify conditions detrimental to proper and timely 5 completion of work. Do not proceed until unsatisfactory conditions have been corrected. 6 3.02 PREPARATION 7 A. Newly placed concrete should be sufficiently cured, a minimum 28 days. 8 B. Liquid curing materials shall not be used. Concrete flatwork should be cured with new 9 and unwrinkled,non-staining,high quality curing paper. 10 C. Immediately prior to staining,the concrete must be thoroughly cleaned according to Tech 11 Data Bulletin TD-1770.11 Rev. 8.5.2015 for SCOFIELD@ ReviveTM Exterior Concrete 12 Stain, or approved equal. 13 3.03 APPLICATION OF Exterior Concrete Stain 14 A. All concrete surfaces must be dry and properly prepared as described above. Surrounding 15 areas must be protected from over-spray, run-off and tracking. The surface should be 16 divided into small work sections using wall,joint lines, or other stationary breaks as 17 natural stopping points. 18 B. Exterior Concrete Stain should be applied full strength(undiluted) at the coverage rate 19 recommended by the manufacturer and using application equipment described in the 20 manufacturers printed technical literature. 21 C. The Exterior Concrete Stain should be transferred to the substrate by spray and 22 immediately scrubbed into the surface. 23 D. The cure time depends on wind conditions,temperatures, and humidity levels. 24 3.04 MAINTENANCE 25 A. Stained concrete surfaces should be maintained by sweeping. Spills should be cleaned 26 when they occur and dirt rinsed off with water. Heavily soiled areas may be wet-cleaned by 27 mopping or by scrubbing with a scrubbing brush and a suitable, high quality commercial 28 detergent. 29 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 107300-1 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 1 of 6 1 SECTION 10 73 00 2 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS 3 PART 1 - GENERAL 4 1.1 DESCRIPTION OF PRODUCT 5 A. Custom CWA-18xlOMG or approved equal 6 B. ROOF SLOPE: Arc with high front side to low backside pitch per lans. 7 C. Minimum Clearance Height(MCH): 9'-0"minimum clearance height low side. 8 1.2 REFERENCES 9 A. REFERENCE STANDARDS: 10 1. AISC-American Institute of Steel Construction Manual of Steel Construction. 11 2. ASTM-American Society for Testing and Materials. 12 3. AWS -American Welding Society. 13 4. LEED-Leadership in Energy and Environmental Design. 14 5. OSHA—Occupational Safety and Health Administration Steel Erection Standard 29 CFR 1926 15 Subpart R-Steel Erection. ?.6 6. PCI-Powder Coating Institute. X17 7. SSPC—The Society for Protective Coatings. 18 19 1.3 SUBMITTALS 20 A. GENERAL SUBMITTAL: 21 Submit 3 sets of submittal drawings and 2 sets of calc books,both signed and sealed by a Professional 22 Engineer licensed in the State of Texas. 23 B. PRODUCT DESIGN REQUIREMENTS: 24 The building shall meet the following design requirements as shown on the drawings: 25 1. Building Code: IBC 2015 26 2. Ground Snow Load(Pg): 5 lb. 27 3. Basic Wind Speed(V): 115 28 4. Seismic Design: Category C 29 C. SUBMITTAL REQUIREMENTS: 30 Calculations and Submittal drawings shall include,at a minimum: 31 1. Calculations: 32 a. References to building codes and design manuals used for calculations. 33 b. Identification of lateral force resisting system. 34 c. Formulas used for determining snow,wind,and seismic loads to specific project location. 35 d. Three dimensional modeling input,model geometry, and analysis results. 36 e. Member design results and controlling load combinations. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 107300-2 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 2 of 6 1 f. Connection design for structural bolts,welds,plate thicknesses,and anchorage to the 2 foundation. 3 g. Foundation designs shall include the required combinations of gravity and lateral loads. 4 2. Submittal Drawings: 5 a. Anchor bolt layout. 6 b. Foundation design. 7 c. Three dimensional views of frame. 8 d. Member sizes and locations. 9 e. Structural connection details, including bolt sizes and plate thicknesses. 10 f. Roof trim and connection details for installation clarity. 11 D. FOUNDATION DESIGN: 12 1. The shelter shall be set on foundations designed by manufacturer. 13 2. Foundation materials shall be provided by contractor. 14 3. Owner shall provide manufacturer with complete information about the site including soil bearing 15 capacity and lateral load capacity. 16 4. If soil data are not provided, foundations will be designed to the minimum values identified in the 17 governing building code. 18 E. ANCHOR BOLTS: 19 Anchor bolts may be provided by manufacturer or contractor depending on anchor method 20 selected. 21 F. LEED SUBMITTALS: 22 1. LEED SS Credit 7.1: Sustainable Sites,Heat Island Effect/Non-Roof. 23 2. LEED SS Credit 7.2: Sustainable Sites,Heat Island Effect/Roof 24 1.4 QUALITY ASSURANCE 25 A. MANUFACTURER QUALIFICATIONS: 26 1. Minimum of(10)years in the shelter construction industry. 27 2. Full time on-staff Licensed Engineer. 28 3. Full time on-staff AWS Certified Associate Welding Inspector. 29 4. Full time on-staff Quality Assurance Manager. 30 5. Full time on-staff LEED AP. 31 6. All welders AWS Certified. 32 7. Manufacturer owned and controlled finishing system to include shot blast,pretreatment,primer, 33 and top coat. 34 8. Published Quality Management System. 35 9. Annual audit of Quality System and Plant Processes by Third Party Agency. 36 10. Annual audit of powder coat finish system by Third Party Agency(PCI). 37 B. MANUFACTURER'S CERTIFICATONS: 38 1. PCI 4000 S Certified, Certification thru Powder Coating Institute for original equipment 39 manufacturers(OEMs)to evaluate process on entire finish system to add powder coat over steel. 40 2. City of Los Angeles, CA Approved Fabricator Type I Steel. 41 3. Clark County,NV Approved Fabricator steel. 42 4. City of Houston,TX Approved Fabricator Structural Steel and Structural Insulated Panels. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 20,2012 107300-3 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 3 of 6 1 5. Miami Dade County Certificate of Competency for Structural Steel and Miscellaneous Metal 2 Products and Assemblies. 3 6. State of Utah Approved Fabricator for Medium and High Strength Steel. 4 7. City of Riverside, CA Approved Fabricator Type I Steel. 5 8. City of Phoenix,AZ Approved Steel Fabricator. 6 C. INSTALLER QUALIFICATIONS: 7 Workmanship shall be of the best industry standards and installation shall be performed by 8 experienced craftsmen. 9 1. Installer shall be classified as a Certified Installer as defined and certified by the shelter 10 manufacturer. 11 2. If not manufacturer certified, installer qualifications must be pre-approved by Owner and 12 manufacturer's local representative prior to start of work including: 13 a. The frame installer and the roof installer shal l have a minimum of five(5)years documented 14 experience installing this type of product. 15 b. Documentation shall include a minimum of two projects of similar materials(at least one 16 within 90 miles of project location) so that manufacturer's and Owner's representatives can 17 inspect the steel framework and metal roofing and trim workmanship. Failure to meet the 18 best industry standards shall be cause for rejection of installer. 19 1.5 FIELD OR SITE CONDITIONS 20 A. Foundations shall be at the same elevation unless specifically noted otherwise on the drawings. 21 1.6 MANUFACTURER WARRANTY 22 A. Shelter must have a(10)year limited warranty on steel frame members. 23 B. Shelter must have a(10)year limited warranty on paint system. 24 C. Pass through warranty of Metal Roof manufacturer shall be provided upon request. 25 PART 2 - PRODUCTS 26 2.1 SHELTER SYSTEM AND MATERIALS 27 A. MANUFACTURER: 28 1. Acceptable Manufacturer: Poligon, a Product of PorterCorp,4240 N 136th Ave.,Holland,MI. 29 Contact the regional supplier/representative for pricing: Lisa Woolsey,InSite Amenities,L.P., 30 9176 Hyde Road,Fort Worth, TX 76179,phone 817-236-5439, l.woolseyginsiteamenities.com, 31 or approved equal. 32 2. The product shall be designed,produced,and finished at a facility operated and directly 33 supervised by the supplier who has a minimum of ten(10)years in the business of making pre- 34 manufactured shelters. 35 B. SUBSTITUTION LIMITATIONS: 36 1. Substitutions must be approved a minimum of(10)days before bid.All approved manufacturers 37 shall be notified in writing before the bid date and shall not be allowed to bid without written 38 notification. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 107300-4 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 4 of 6 1 2. Alternate suppliers must meet the qualifications and provide proof of certifications listed under ... 2 Section 1.4 QUALITY ASSURANCE. 3 3. Alternate suppliers must provide an equivalent paint system to Poligon's Poli-5000 listed under 4 Section 2.1 C. 8. FINISHES. 5 4. Staff members' cumulative experience in fabrication will not be an acceptable alternative for 6 manufacturer's experience in the shelter construction industry. 7 C. PRODUCT REQUIREMENTS AND MATERIALS: 8 1. GENERAL: The pre-engineered package shall be pre-cut unless otherwise noted and pre- 9 fabricated which will include all parts necessary to field construct the shelter. The shelter shall be 10 shipped knocked down to minimize shipping expenses.Field labor will be kept to a minimum by 11 pre-manufactured parts. Onsite welding is not necessary. 12 2. REINFORCED CONCRETE: 13 a. Concrete shall have minimum 28-day compressive strength of 3,000 psi and slump of 4" 14 1"),unless otherwise noted on the drawings. 15 b. Reinforcing shall be ASTM A615,grade 60. 16 3. STEEL COLUMNS: 17 a. Hollow structural steel tube minimum ASTM A500 grade B with a minimum wall thickness 18 of 3/16". 19 b. Columns shall be anchored directly to concrete foundation with a minimum of four anchor 20 rods to meet OSHA requirement 1926.755(a)(1). 21 c. The specified model will have custom curved columns. 22 4. STRUCTURAL FRAMING: 23 Hollow Structural Steel tube minimum ASTM500 grade B. "I"beams,tapered columns, or open 24 channels shall not be accepted for primary beams. Frame will have a POLI-5000 finish with 25 color selection from manufacturer's standard color chart. 26 5. COMPRESSION MEMBERS: 27 Compression rings of structural channel or welded plate minimum ASTM A36 or compression 28 tubes or structural steel tube minimum ASTM A500 grade B shall only be used. 29 6. CONNECTION REQUIREMENTS: 30 a. Anchor bolts shall be ASTM F 1554(Grade 36)unless otherwise noted. 31 b. Structural fasteners shall be zinc plated ASTM A325 high strength bolts and A563 high 32 strength nuts. 33 c. Structural fasteners shall be hidden within framing members wherever possible. 34 d. No field welding shall be required to construct the shelter. 3-5 e. All welds shall be free of burrs and inconsistencies. 36 f. Exposed fasteners shall be powder coated by manufacturer prior to shipment to match frame 37 or roof colors as applicable. 38 g. Manufacturer shall provide extra structural and roofing fasteners. 39 7. ROOFING MATERIALS: 40 a. PRIMARY ROOF DECK: MEGA RIB METAL ROOFING(MG): 41 1) Roofing shall be 24 gauge ribbed galvalume steel sheets, with ribs 1 1/2"high and 7.2" 42 on center. 43 2) Roof surface shall be painted with Kynar 500 to the manufacturer's standard color. 44 Ceiling surface shall be a"wash coat"primer. 4-5 3) Roof panels shall be factory precut to size and angled to provide ease of one-step 46 installation. 47 4) Metal roofing trim shall match the color of the roof and shall be factory made of 24 _ 48 gauge Kynar 500 painted steel. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 107300-5 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 5 of 6 1 5) Trim shall include panel ridge caps,hip caps, eave trim, splice channels, rake trim,roof 2 peak cap,and corner trim as applicable for model selected. Trim may need to be cut to 3 length and notched. Installation drawings shall have detailed information on how to cut 4 and affix roof trim. 5 6) Ridge,hip,and valley caps shall be pre-formed with a single central bend to match the 6 roof pitch and shall be hemmed on the sides. 7 7) Manufacturer shall supply painted screws and butyl tape. 8 8. FINISHES: 9 a. STANDARD POLI-5000 FINISH: 10 1) Steel shall be cleaned,pretreated,and finished at a facility owned and directly supervised 11 by the manufacturer. 12 2) Steel shall be shot blasted to SSPC-SP 10 near-white blast cleaning. SSPC-SP2 hand tool 13 cleaning will not be an acceptable alternative. 14 3) Parts shall be pretreated in a(3)stage iron phosphate or equal washer. 15 4) Epoxy primer powder coat shall be applied to parts for superior corrosion protection. 16 5) Top coat of Super Durable TGIC powder coat shall be applied over the epoxy primer. 17 6) Finish shall not have any VOC emissions. 18 7) Sample production parts shall have been tested and meet the following criteria: 19 a) Salt spray resistance per ASTM B 117/ASTM D 1654 to 10,000 hours with no creep 20 from scribe line and rating of 10. 21 b) Humidity resistance per ASTM D2247-02 to 5,000 hours with no loss of adhesion or 22 blistering. 23 c) Color/UV resistance per ASTM G154-04 to 2,000 hours exposure,alternate cycles 24 with results of no chalking, 75%color retention, color variation maximum 3.0 E — 25 variation CIE formula(before and after 2,000 hours exposure). 26 8) The manufacturer shall be PCI 4000 S Certified 27 9) Exposed fasteners for frame and ornamentation shall be powder coated to match 28 structure. 29 PART 3 - EXECUTION 30 3.1 INSTALLERS STORAGE AND HANDLING 31 A. Protect building products after arrival at destination from weather, sunlight, and damage. 32 B. Installer shall store product elevated to allow air circulation and to not introduce mold, fungi decay or 33 insects to the product. 34 C. Product must be handled with protective straps or padded forks if lifting with mechanical equipment. 3S Use of chain or cable to lift product into place will not be accepted and may void manufacturer's 36 warranty. 37 3.2 ERECTION 38 A. INSTALLATION: 39 Install all components according to manufacturer's installation instructions and these specifications. 40 The shelter installer shall comply with Item 1.4,C demonstrated-ability requirements as Certified 41 Installer or pre-approved installer. 42 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 107300-6 SPECIALTIES MANUFACTURERS OF PROTECTIVE COVERS Page 6 of 6 1 B. GENERAL CONTRACTOR: 2 Interface with other work is to be coordinated by the customer or the customer's agent. Certain 3 designs have electrical or other plumbing requirements that are not supplied by Poligon. 4 C. TOLERANCES: 5 Tolerances on steel structural members are set according to AISC construction practices, abided in the 6 factory, and cannot be increased.No field slotting or opening of holes will be allowed.It is therefore 7 essential that contractors conform to the tolerances specified on the installation drawings for anchor 8 bolt or column layout details. 9 D. OSHA COMPLIANCE: 10 OSHA Compliance to Steel Erection Standard 29CRF 1926 Subpart R-Steel Erection. 11 12 3.3 REPAIR 13 A. Do not attempt any field changes without first contacting Poligon. 14 3.4 FIELD OR SITE QUALITY CONTROL 15 A. Field or Site Tests and Inspections are not required by Poligon but may be required by the customer 16 or by the local building inspector. 17 18 19 20 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 11 68 14-1 PLAYGROUND EQUIPMENT Pagel of 5 1 SECTION 1168 14 2 PLAYGROUND EQUIPMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Composite Playground Structure and individual components shown on the 7 drawings. 8 B. Related Specification Sections include but are not necessarily limited to: 9 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 10 Contract 11 2. Division 1 —General Requirements 12 3. Section 1168 16-Wood Fiber Playground Surfacing 13 4. Section 32 13 13 -Concrete Paving 14 5. Section 12 93 40- Site Furnishings 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Measurement 18 a. Measurement for this Item shall be lump sum complete in place. 19 2. The work performed and the materials furnished in accordance with this Item shall 20 be paid for at the lump sum bid price. 21 3. The price bid shall include: 22 a. Furnishing and installing the specified Inlet 23 b. Mobilization 24 c. Excavation 25 d. Hauling 26 e. Disposal of excess materials 27 f. Excavation,forming,backfill and compaction of footings 28 g. Concrete 29 h. Reinforcing steel 30 i. Clean-up 31 1.3 REFERENCES 32 A. All equipment and materials shall comply with the following standards. 33 1. U.S.Consumer Product Safety Commission(CPSC) 34 2. International Play Equipment Manufacturers Association(IPEMA) 35 3. Texas Accessibility Standards(TAS) CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 11 68 14-2 PLAYGROUND EQUIPMENT Page 2 of 5 1 4. Texas Department of Licensing and Regulation(TDLR) -- 2 5. ASTM Designation F1487(Standard Consumer Safety Performance Specification 3 for Playground Equipment for Public Use) 4 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 5 1.5 SUBMITTALS 6 A. Submittals shall be in accordance with Section 0133 00 7 B. Submittals must be received and approved by the Project Manager prior to ordering 8 equipment. 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 10 A. The Contractor shall be required to submit a Safety Plan indicating the use of 11 temporary construction fencing, signage and barriers necessary to prevent park 12 users from utilizing unfinished equipment for Owner approval at the Pre- 13 Construction meeting. 14 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM 15 F1487 Standards including: 16 1. All paints and other similar finishes must meet the current CPSC regulation for lead 17 in paint(0.06 percent maximum lead by dry weight). 18 2. Regardless of the material or the treatment process,the manufacturer shall ensure 19 that the users of the playground equipment cannot ingest,inhale,or absorb any 20 potentially hazardous amounts of substances through body surfaces as a result of 21 contact with the equipment. 22 1.7 CLOSEOUT SUBMITTALS 23 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' 24 literature to the Project Manager within ten(10)calendar days prior to acceptance of 25 the project. This shall include: 26 1. Operation and Maintenance Manuals. 27 a. (1)electrical copy and(3)hard copies 28 b. Then manual shall include Contractor's address,telephone and fax number,e- 29 mail address and listing of equipment with the name and addresses of the local 30 equipment manufacturer's representative 31 c. The manual shall include catalog and parts sheets on each product and 32 equipment type installed under contract. 33 2. Warranty/Guarantee Documentation 34 1.8 MAINTENANCE MATERIAL SUBMITTALS 35 A. Spare Parts 36 B. Extra Stock Materials 37 C. Tools CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 11 68 14-3 PLAYGROUND EQUIPMENT Page 3 of 5 - 1 1.9 QUALITY ASSURANCE 2 A. Qualifications 3 1. Manufacturers 4 2. Suppliers 5 3. Fabricators 6 4. Installers/Applicators/Erectors 7 5. Testing Agencies 8 6. Licensed Professionals 9 B. Certifications 10 C. Preconstruction Testing 11 D. Field [Site] Samples 12 1.10 DELIVERY,STORAGE,AND HANDLING 13 A. Protect from inclement weather:wet,damp,extreme heat or cold. 14 B. Store in a manner to prevent warpage,bowing or damage. 15 C. All construction material such as subsurface drain gravel and play surface 16 material may not be delivered to the site until installation of such material. 17 D. The Contractor will not be allowed to deliver on site and install any playground 18 equipment until grading, mow strip, subsurface drainage and all other hardscape 19 items have been installed and approved by the Project Manager. The Contractor 20 will be required to remove any equipment from the site at own expense and at 21 no additional contract time if found to be in non-compliance to this specification 22 note. 23 1.11 WARRANTY 24 A. Playground Equipment shall be warranted for labor and materials for a period of no less 25 than two years. Warranty period shall start from acceptance of the project,not from 26 completion of installation of equipment. Written warranty must be submitted by the 27 manufacturer and the authorized installer. 28 PART 2- PRODUCTS 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 EQUIPMENT 31 A. Manufacturers 32 1. Approved play component structures for the selected playground prototype option 33 and ancillary equipment are listed in the Materials List in the plans. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 11 68 14-4 PLAYGROUND EQUIPMENT Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] .•. 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 GENERAL 5 A. All cost incurred be the Contractor to insure compliance to this specification shall be 6 subsidiary to the cost of purchase and installation of equipment. 7 3.2 INSTALLERS 8 A. All materials and labor shall be installed by a contractor authorized by the 9 manufacturer. 10 3.3 SAFETY 11 A. The Contractor shall be responsible for the protection of unfinished work and 12 shall be responsible for the safety of the park users utilizing unfinished 13 equipment. 14 B. At any time during construction non compliance to the Safety Plan or any other 15 safety hazard is found to exist on the construction site,The Contractor shall be 16 required to correct any and all non compliance issues and/or safety hazards 17 immediately within the same day of notification. 18 3.4 EXAMINATION 19 A. FALL ZONE: Contractor shall verify all fall zone clearances onsite prior to installing 20 the equipment. Notify the Landscape Architect of any conflicts or discrepancies.The 21 Contractor will be required to remove and reinstall any mow strips/hardscape at own 22 expense and at no additional contract time if fall zone discrepancies are found and 23 require remedy. 24 3.5 PREPARATION(NOT USED) 25 3.6 INSTALLATION 26 A. GENERAL: All items shall be supplied by Contractor and installed as per 27 manufacturer's recommendations. 28 B. CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a 29 minimum twelve inches below the finish grade of surfacing material. 30 C. FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly 31 on all equipment that is not installed with specialized fasteners. 32 3.7 REPAIR[NOT USED] 33 3.8 RE-INSTALLATION 34 A. FALL ZONES: The Contractor will be required to remove and reinstall any mow 35 strip/hardscape at own expense and at no additional contract time if fall zone 36 discrepancies are found and require remedy. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 1168 14-5 PLAYGROUND EQUIPMENT Page 5 of 5 1 3.9 FIELD QUALITY CONTROL [NOT USED] 2 3.10 SYSTEM STARTUP [NOT USED] 3 3.11 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 11 68 16-1 WOOD FIBER PLAYGROUND SURFACING Pagel of 5 1 SECTION 1168 16 2 WOOD FIBER PLAYGROUND SURFACING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Wood Fiber Playground Surfacing 7 2. Drainage Fabric 8 3. Drainage Systems 9 B. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 1168 14 Playground Equipment 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by lump sum. 18 2. The work performed and the materials furnished in accordance with this Item shall 19 be paid for at the lump sum price bid for"Playground Safety Surfacing." 20 3. The price bid shall include: 21 a. Furnishing and placement of Wood Fiber Playground Surfacing 22 b. Clean-up 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. CPSC—U.S. Consumer Product Safety Commission 26 2. IPEMA—International Play Equipment Manufacturers Association 27 3. TAS—Texas Accessibility Standards 28 4. TDLR—Texas Department of Licensing and Regulation 29 B. Reference Standards CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 11 68 16-2 WOOD FIBER PLAYGROUND SURFACING Page 2 of 5 1 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 2 for Playground Equipment for Public Use) 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS 5 A. Submittals shall be in accordance with Section 01 33 00. 6 B. A one(1)gallon sample of the wood fiver playground surfacing must be submitted to 7 the Project Manager and approved by the Project Manager prior to ordering. 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 12 A. The Builder will provide the owner or its designated contactor with all necessary 13 licenses prior to start of construction in accordance with U.S. Patents. 14 B. Supplier must provide test results of impact attenuation in accordance with ASTM 15 F 1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and 16 Around Playground Equipment. Result must be provided for new material and for 5- 17 year-old material. 18 C. Testing must show"g"rating of not more than 155g for the 8"thick system, or 120g for 19 the 12"system at 12' fall height,and HIC values of less than 1,000 for both new and 8- 20 year-old material. 21 D. Product must be wheelchair accessible and meet the requirements of the 1990 22 Americans with Disabilities Act(ADA)in accordance with ASTM PS83-97. 23 E. The Bidder will provide copies of flammability testing procedures and results using(i) 24 Section 1500.44 of the Federal Hazardous Substance Act,Title 16,Chapter II, 25 Subchapter C, for rigid and pliable solids,and(ii) 16 CFR Part 1630 Standard for the 26 Surface Flammability of Carpets and Rugs(FF 1-70),Modified Procedure. Testing 27 should be performed by an independent testing laboratory. 28 F. The Bidder will provide copies of testing procedures and results of(i)new shredded 29 wood fiber,and(ii)shredded wood fiber not less than five years old taken from an 30 existing site,performed by and independent testing source using the ASTM F1292-91 31 playground safety surfacing standard. 32 G. The Bidder will provide at least three references of handicapped-accessible playgrounds 33 that have been installed with said surface. 34 1.11 DELIVERY,STORAGE,AND HANDLING 35 A. Delivery and Acceptance Requirements 36 B. Storage and Handling Requirements CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 116916-3 WOOD FIBER PLAYGROUND SURFACING Page 3 of 5 -- 1 C. Packing Waste Management 2 1.12 FIELD [SITE] CONDITIONS [NOT USED] 3 1.13 WARRANTY 4 A. All materials and labor under this Section shall be installed by a contractor authorized 5 by the manufacturer. Safety surface shall be warranted for labor and materials for a 6 period of no less than two years. Written warranty must be submitted by the 7 manufacturer and the authorized installer. 8 PART2- PRODUCTS 9 2.1 OWNER-FURNISHED [NOT USED] 10 2.2 PRODUCT TYEPS AND MATERIALS 11 A. Wood Fiber Playground Surfacing 12 1. Surfacing material shall consist of hardwood tree stock in which 80%of 13 material is 1"-11/2"in length X 1/4"to 3/8"diameter maximum size.A 14 delivery ticket from the mill of origin will be required to verify that material 15 is 100%hardwood stock. 16 2. The contractor shall be required to submit samples for approval.However, 17 approval shall in no way mean acceptance of material delivered to the site in 18 the event the Project Manager finds that the material does not meet 19 specifications. In the event that the material delivered to the project sites is 20 found to be unacceptable,the Contractor shall be required to remove such 21 material off the site and provide acceptable material. 22 3. Softwood fibers, standard wood chips,bark mulch,recycled wood from 23 pallets or waste wood,shredded or otherwise, twigs,bark, leaf debris or 24 other organic material incorporated within will not be accepted. 25 4. All material shall be compacted to the depth indicated on plans. 26 27 B. Drainage Fabric 28 1. Product used shall be FibarFelt,DuraLiner, or aproved equal polyester 29 nonwoven engineering geotextile fabric. 30 2. Bidder will provide enough material to allow for 12" overlap on all seams. 31 32 C. Drainage System 33 1. 4"diameter ADS perforated pipe with sock installed within the subgrade 34 gravel trench as indicated on plans. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 11 68 16-4 WOOD FIBER PLAYGROUND SURFACING Page 4 of 5 1 2.3 SYSTEMS [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS 6 A. Installer List 7 B. Substitution Limitations 8 3.2 EXAMINATION 9 A. Verification of Conditions 10 B. Preinstllation Testing 11 C. Evaluation and Assessment 12 3.3 PREPARATION 13 A. Subgrade Preparation 14 1. The subgrade shall be graded a minimum of I% (percent)—max. 2%.All roots, 15 stones,and vegetation shall be removed. 16 2. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density 17 as determined by the provisions of AASHTO or T 205,as modified in 203.24. 18 3.4 INSTALLATION 19 A. Wood Fiber Playground Surfacing 20 1. Install wood fiber playground surfacing at the depth indicated on plans. 21 (compacted). Contractor shall be responsible for applying additional material as 22 required in order to maintain safety surface finish elevation and anticipated settling 23 for a period of sixty(60)days following project acceptance. 24 B. Drainage Fabric 25 1. Install drainage fabric over drainage aggregate,overlapping all seams by at least 26 12". Cut to fit around equipment as necessary and overlap seams as previously 27 mentioned. 28 C. Drainage System 29 1. Install subdrain trench per plan. 30 2. Cover subgrade with washed stone,3/8"to 1/2"diameter. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 11 68 16-5 WOOD FIBER PLAYGROUND SURFACING Page 5 of 5 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 11 -as. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 12 93 00-1 SITE FURNISHINGS Page I of 6 1 SECTION 12 93 00 2 SITE FURNISHINGS 3 PART1 - GENERAL 4 1.1 RELATED DOCUMENTS 5 1. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 1. Section Includes: 9 1. Bench seat with back 10 2. Bench seat without back 11 3. Tables 12 1.3 SUBMITTALS 13 1. Product Data: For each type of outdoor furnishings specified,with installation 14 instructions for each unit built-in or connected to other construction. Include methods of 15 installation for each type of substrate. 16 2. Sustainable Design Submittals: 17 1. Product Data: For recycled content, indicating postconsumer and preconsumer 18 recycled content and cost. 19 3. Samples:For each exposed product and for each color and texture specified. 20 4. Samples for Initial Selection: For units with factory-applied finishes. 21 5. Samples for Verification: For each type of exposed finish,not less than 6-inch long 22 linear components and 4-inch square sheet components. 23 1. Include full-size Samples of backed bench, backless bench, and table. Approved 24 samples may be incorporated into the Work. 25 6. Product Schedule: For site furnishings. [Use same designations indicated on Drawings]. 26 7. Shop drawings showing installation details of accessories permanently affixed to 27 construction, including full scale installation details of special conditions,and location of 28 City logo. 29 1.4 CLOSEOUT SUBMITTALS 30 A. Maintenance Data: For site furnishings to include in maintenance manuals. 31 1.5 MAINTENANCE MATERIAL SUBMITTALS 32 1. Furnish extra materials that match products installed and that are packaged with 33 protective covering for storage and identified with labels describing contents. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 12 93 00-2 SITE FURNISHINGS Page 2 of 6 1 1.6 QUALITY ASSURANCE r. 2 1. Manufacturer Qualifications: Firm(material producer)with not less than 3 years of 3 production experience,whose published literature clearly indicate general compliance of 4 products with requirements of this section. 5 2. Single Source Responsibility:Provide material produced by a single manufacturer for 6 each outdoor furnishing type. 7 1.7 DELIVERY,STORAGE,AND HANDLING 8 1. Deliver materials to project site in original factory wrappings and containers,clearly 9 labeled with identification of manufacturer,brand name,and lot number. Store materials 10 in original undamaged packages and containers,blocked off ground to prevent sagging 11 and warping. 12 2. Comply with instructions and recommendations of manufacturer for special deliver, 13 storage, and handling requirements. 14 PART 2- PRODUCTS 15 2.1 SEATING 16 1. Basis-of-Design Product: Subject to compliance with requirements,provide Neenah 17 Foundry Company;Park Bench or comparable product by one of the following: 18 1. Ultrasite. 19 2. Columbia Cascade Company. 20 3. Victor Stanley, Inc. t 21 2. Frame: Cast iron;ASTM A48,Class 30B or better. 22 3. Seat and Back: 23 1. Material: As indicated. 24 2. Seat Height:As indicated. 25 3. Seat Surface Shape: As indicated. 26 4. Overall Height: As indicated. 27 5. Overall Width: As indicated. 28 6. Overall Depth: As indicated. 29 7. Arms: As indicated. 30 A. Arm Material: Match frame. 31 8. Seating Configuration: As indicated. 32 A. Straight shape. 33 4. HDPE Color: As indicated by manufacturer's designation. 34 5. Logo: All benches to have City of Fort Worth logo on the bench back or on bench 35 frame. Location to be approved by owner. 36 2.2 TABLES 37 1. Basis-of-Design Product: Subject to compliance with requirements,provide Neenah 38 Foundry Company;Picnic Table or comparable product by one of the following: 39 1. Ultrasite. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 12 93 00-3 SITE FURNISHINGS Page 3 of 6 1 2. DuMor Inc. 2 3. FairWeather Site Furnishings;a division of Leader Manufacturing,Inc. 3 2. Frame: Pre-galvanized structural steel tubing 4 3. Table Top. 5 1. Material: Slats from fabricated 1/4"steel plate. 6 2. Surface Shape: Rectangular. 7 4. Finish: Powder coat. 8 1. Color: As selected by Owner/Owner's Representative 9 5. Logo: All tables to have City of Fort Worth logo on the table top or on table frame. 10 Location to be approved by owner. 11 2.3 BICYCLE RACKS, FOR PARKING METER POSTS<NOT USED> 12 2.4 BICYCLE RACKS,BOLLARD<NOT USED> 13 2.5 BICYCLE RACKS, STEEL FABRICATION<NOT USED> 14 2.6 BICYCLE LOCKERS<NOT USED> 15 2.7 TRASH RECEPTACLES<NOT USED> 16 2.8 ASH RECEPTACLES<NOT USED> 17 2.9 PLANTERS<NOT USED> 18 2.10 BOLLARDS<NOT USED> 19 2.11 MATERIALS 20 1. Steel and Iron: Free of surface blemishes and complying with the following: 21 1. Plates, Shapes, and Bars: ASTM A 36/A 36M. 22 2. Steel Pipe: Standard-weight steel pipe complying with ASTM A 53/A 53M,or 23 electric-resistance-welded pipe complying with ASTM A 135/A 135M. 24 3. Tubing: Cold-formed steel tubing complying with ASTM A 500/A 500M. 25 4. Mechanical Tubing: Cold-rolled,electric-resistance-welded carbon or alloy steel 26 tubing complying with ASTM A 513/A 513M,or steel tubing fabricated from steel 27 complying with ASTM A 1011/A 101 IM and complying with dimensional 28 tolerances in ASTM A 500/A 500M;zinc coated internally and externally. 29 5. Sheet: Commercial steel sheet complying with ASTM A 1011/A 1011M. 30 6. Perforated Metal: From steel sheet not less than 0.075-inch nominal thickness; 31 manufacturer's standard perforation pattern. 32 7. Expanded Metal: Carbon-steel sheets,deburred after expansion,and complying 33 with ASTM F 1267. 34 8. Malleable-Iron Castings: ASTM A 47/A 47M,grade as recommended by fabricator 35 for type of use intended. 36 9. Gray-Iron Castings: ASTM A 48/A 48M,Class 30B. 37 2. Stainless Steel: Free of surface blemishes and complying with the following: 38 1. Sheet, Strip,Plate, and Flat Bars: ASTM A 666. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 12 93 00-4 SITE FURNISHINGS Page 4 of 6 1 2. Pipe: Schedule 40 steel pipe complying with ASTM A 312/A 312M. 2 3. Tubing: ASTM A 554. 3 3. Aluminum: Alloy and temper recommended by aluminum producer and finisher for 4 type of use and finish indicated;free of surface blemishes and complying with the 5 following: 6 1. Rolled or Cold-Finished Bars,Rods,and Wire: ASTM B 211. 7 2. Extruded Bars,Rods,Wire,Profiles,and Tubes: ASTM B 221. 8 3. Structural Pipe and Tube: ASTM B 429/B 429M. 9 4. Sheet and Plate: ASTM B 209. 10 5. Castings: ASTM B 26/B 26M. 11 4. Fiberglass: Multiple laminations of glass-fiber-reinforced polyester resin with UV-light 12 stable,colorfast,nonfading,weather-and stain-resistant,colored polyester gel coat,and 13 with manufacturer's standard finish. 14 5. Plastic:Color impregnated, color and UV-light stabilized,and mold resistant. 15 A. Polyethylene with Recycled Content: Fabricated from HDPE and other resins 16 with postconsumer recycled content plus one-half of preconsumer recycled 17 content. 18 6. Anchors, Fasteners,Fittings,and Hardware: Manufacturer's standard,corrosion- 19 resistant-coated or noncorrodible materials; commercial quality,tamperproof,vandal and 20 theft resistant. All hardware anchoring benches or tables to the surface are to be tack 21 welded to prevent theft. 22 7. Galvanizing: Where indicated for steel and iron components,provide the following 23 protective zinc coating applied to components after fabrication: 24 1. Zinc-Coated Tubing: External, zinc with organic overcoat,consisting of a minimum 25 of 0.9 oz./sq. ft. of zinc after welding,a chromate conversion coating, and a clear, 26 polymer film. Internal, same as external or consisting of 81 percent zinc pigmented 27 coating,not less than 0.3 mil thick. 28 2. Hot-Dip Galvanizing: According to ASTM A 123/A 123M,ASTM A 153/A 153M, 29 or ASTM A 924/A 924M. 30 2.12 WOOD-PRESERVATIVE-TREATED MATERIALS 31 A. Preservative Treatment: Pressure-treat wood according to AWPA U1, Use 32 Category UC3b,and the following: 33 1. Use preservative chemicals acceptable to authorities having jurisdiction and containing 34 no arsenic or chromium.Use chemical formulations that do not bleed through or 35 otherwise adversely affect finishes. Do not use colorants to distinguish treated materials 36 from untreated materials. 37 2. Kiln-dry lumber and plywood after treatment to a maximum moisture content, 38 respectively,of 19 and 15 percent. Do not use materials that are warped or do not comply 39 with requirements for untreated materials. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 12 93 00-5 SITE FURNISHINGS Page 5 of 6 1 2.13 FABRICATION 2 A. Metal Components: Form to required shapes and sizes with true,consistent 3 curves, lines, and angles. Separate metals from dissimilar materials to prevent 4 electrolytic action. 5 B. Welded Connections: Weld connections continuously. Weld solid members 6 with full-length, full-penetration welds and hollow members with full- 7 circumference welds. At exposed connections,finish surfaces smooth and 8 blended, so no roughness or unevenness shows after finishing and welded 9 surface matches contours of adjoining surfaces. 10 C. Pipes and Tubes: Form simple and compound curves by bending members in 11 jigs to produce uniform curvature for each repetitive configuration required; 12 maintain cylindrical cross section of member throughout entire bend without 13 buckling,twisting,cracking, or otherwise deforming exposed surfaces of 14 handrail and railing components. 15 D. Preservative-Treated Wood Components: Complete fabrication of treated items 16 before treatment if possible. If cut after treatment,apply field treatment 17 complying with AWPA M4 to cut surfaces. 18 E. Exposed Surfaces: Polished, sanded,or otherwise finished;all surfaces smooth, 19 free of burrs,barbs, splinters, and sharpness; all edges and ends rolled,rounded, 20 or capped. 21 F. Factory Assembly: Factory assemble components to greatest extent possible to 22 minimize field assembly. Clearly mark units for assembly in the field. 23 2.14 GENERAL FINISH REQUIREMENTS 24 A. Appearance of Finished Work:Noticeable variations in same piece are 25 unacceptable.Variations in appearance of adjoining components are acceptable 26 if they are within the range of approved Samples and are assembled or installed 27 to minimize contrast. 28 2.15 STEEL AND GALVANIZED-STEEL FINISHES 29 A. Powder-Coat Finish: Manufacturer's standard polyester, powder-coat finish 30 complying with finish manufacturer's written instructions for surface 31 preparation, including pretreatment,application,baking,and minimum dry film 32 thickness. 33 B. PVC Finish: Manufacturer's standard,UV-light stabilized, mold-resistant, slip- 34 resistant,matte-textured,dipped or sprayed-on, PVC-plastisol finish,with flame 35 retardant added; complying with coating manufacturer's written instructions for 36 pretreatment,application,and minimum dry film thickness. 37 2.16 CAST IRON FINISHES 38 A. Powder-Coat Finish: Manufacturer's standard polyester powder-coat finish 39 complying with finish manufacturer's written instructions for surface 40 preparation, including pretreatment,application,baking,and minimum dry film 41 thickness. 42 2.17 STAINLESS-STEEL FINISHES 43 A. Surface Preparation: Remove tool and die marks and stretch lines, or blend into 44 finish. 45 B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of 46 cross scratches. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 12 93 00-6 SITE FURNISHINGS Page 6 of 6 1 1. Run directional finishes with long dimension of each piece. .�. 2 2. Directional Satin Finish:No 4. 3 3. Dull Satin Finish:No. 6. 4 2.18 ALUMINUM FINISHES 5 A. Powder-Coat Finish: Manufacturer's standard polyester powder-coat finish 6 complying with finish manufacturer's written instructions for surface 7 preparation,including pretreatment,application,baking, and minimum dry film 8 thickness. 9 PART 3- EXECUTION 10 3.1 EXAMINATION 11 A. Examine areas and conditions,with Installer present,for compliance with 12 requirements for correct and level finished grade,mounting surfaces, installation 13 tolerances, and other conditions affecting performance of the Work. 14 B. Proceed with installation only after unsatisfactory conditions have been 15 corrected. 16 3.2 INSTALLATION 17 A. Comply with manufacturer's written installation instructions unless more 18 stringent requirements are indicated. Complete field assembly of site furnishings 19 where required. 20 B. Unless otherwise indicated,install site furnishings after landscaping and paving 21 have been completed. 22 C. Install site furnishings level, plumb,true, and securely anchored at locations 23 indicated on Drawings. 24 D. Pipe Sleeves: Use steel pipe sleeves preset and anchored into concrete for 25 installing posts. After posts have been inserted into sleeves, fill annular space 26 between post and sleeve with nonshrink,nonmetallic grout,mixed and placed to 27 comply with anchoring material manufacturer's written instructions,with top 28 smoothed and shaped to shed water. 29 END OF SECTION 12 93 00 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Version November 04,2016 13 34 23-1 FABRICATED STRUCTURES Page 1 of 3 1 SECTION 13 34 23 2 FABRICATED STRUCTURES 3 PART1 - GENERAL 4 1.1 RELATED DOCUMENTS 5 1. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections, apply to this Section. 7 1.2 SUMMARY 8 1. This Section Includes: 9 1. Ralph Bunch Monument. 10 2. Entry Gateway Arch. 11 1.3 SUBMITTALS 12 1. Product Data: Include construction details,material descriptions,dimensions of 13 individual components and profiles, and finishes for each structure. 14 2. Shop Drawings: Include construction details,material descriptions, dimensions of 15 individual components and profiles, and finishes for each structure. Shop drawings to be 16 sealed by a licensed structural engineer. 17 3. Samples for Initial Selection: Color samples for applied color finishes. 18 4. Warranties: Special warranties specified in this section. 19 1.4 QUALITY ASSURANCE 20 1. Welding: Qualify procedures and personnel according to the following: 21 1. AWS D1.1, "Structural Welding Code- Steel." 22 2. AWS D1.2,"Structural Welding Code-Aluminum." 23 1.5 PROJECT CONDITIONS 24 1. Field Measurements: Verify actual locations of concrete,walls,columns, and other 25 construction contiguous with control booths by field measurements before fabrication and 26 indicate measurements on Shop Drawings. 27 1.6 COORDINATION 28 1. Coordinate installation of piers,beams and pads for the structures. Furnish setting 29 drawings,templates,and directions for installing anchorages, including sleeves, concrete 30 inserts,anchor bolts,and items with integral anchors,that are to be embedded in concrete 31 or masonry. Deliver such items to Project site in time for installation. 32 1.7 WARRANTY 33 1. Manufacturer's standard warranty for finished and connections apart from normal wear. 34 1. Warranty Period: Five years from date of Substantial Completion. BUNCHE PARK 100083/100621 133423-2 FABRICATED STRUCTURES Page 2 of 3 1 PART2 - PRODUCTS 2 2.1 RALPH BUNCH MONUMENT 3 1. Aluminum: Alloy and temper recommended by aluminum producer and finisher for 4 type of use and finish indicated; free of surface blemishes.Aluminum panels to be 3/4" 5 minimum in depth. 6 2. Seal with clear coat. Final finish and seal to be clear anti graffiti coating. 7 3. All edges to be ground smooth and free of burrs. 8 4. All corners on panels to be rounded with a 1"radius so no sharp corners are exposed. 9 5. Shop Drawings: to include sealed drawings by a licensed structural engineer for both 10 the monument and associated foundation,wind calculation loads. Footing design to 11 comply with geotechnical report. 12 6. Exposed Surfaces: Polished, sanded,or otherwise finished; all surfaces smooth, free of 13 burrs,barbs, splinters, and sharpness; all edges and ends rolled,rounded,or capped. 14 7. Factory Assembly: Factory assemble components to greatest extent possible to 15 minimize field assembly.Clearly mark units for assembly in the field. 16 8. Fasteners connecting monument to base to be of similar metal to prevent corrosion. 17 2.2 ENTRY GATEWAY ARCH 18 1. Steel and Iron: Free of surface blemishes. 19 2. Shop Drawings:to include sealed drawings by a licensed structural engineer for both 20 the monument and associated foundation,wind calculation loads. Footing design to 21 comply with geotechnical report. 22 3. Exposed Surfaces: Polished, sanded, or otherwise finished;all surfaces smooth, free of 23 burrs,barbs, splinters,and sharpness;all edges and ends rolled,rounded,or capped. 24 4. Factory Assembly: Factory assemble components to greatest extent possible to 25 minimize field assembly.Clearly mark units for assembly in the field. 26 5. Colors: Black powder-coat finish complying with finish manufacturer's written 27 instructions for surface preparation, including pretreatment,application,baking,and 28 minimum dry film thickness. 29 2.3 GENERAL FINISH REQUIREMENTS 30 1. Appearance of Finished Work:Noticeable variations in same piece are unacceptable. 31 Variations in appearance of adjoining components are acceptable if they are within the 32 range of approved Samples and are assembled or installed to minimize contrast. 33 PART 3- EXECUTION 34 3.1 EXAMINATION 35 1. Examine areas and conditions,with Installer present, for compliance with requirements 36 for correct and level finished grade,mounting surfaces,installation tolerances,and other 37 conditions affecting performance of the Work. 38 2. Proceed with installation only after unsatisfactory conditions have been corrected. BUNCHEPARK 100083/100621 133423-3 FABRICATED STRUCTURES Page 3 of 3 1 3.2 INSTALLATION 2 1. Install Ralph Bunche Monument and Gateway Arches on concrete foundations and-or 3 slab footings only after concrete has cured the full 28 days,or as approved through the 4 structural engineer requirements. 5 3.3 ADJUSTING AND CLEANING 6 1. After completing installation, inspect exposed finishes and repair damaged finishes. 7 8 END OF SECTION 13 34 23 BUNCHE PARK 100083/100621 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 4. Section 02 41 14—Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for"Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal(typically included in"Site Clearing",but should be used if"Site 32 Clearing"is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each"Tree Removal"for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 31 1000-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each"Tree Transplant"for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location(determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor,City Arborist, 30 City Inspector,and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 311000-3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 10 with the City,the Engineer and the Landowner, if necessary,to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details,protected trees shall be 17 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line,unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 21 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 22 form the enclosure. 23 4. Do not park equipment, service equipment, store materials,or disturb the root area 24 under the branches of trees designated for preservation. 25 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 26 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 27 the tree. 28 6. Trees and brush shall be mulched on-site. 29 a. Burning as a method of disposal is not allowed. 30 B. Hazardous Materials 31 1. The Contractor will notify the Engineer immediately if any hazardous or 32 questionable materials not shown on the Drawings are encountered. This includes; 33 but not limited to: 34 a. Floor tiles 35 b. Roof tiles 36 c. Shingles 37 d. Siding 38 e. Utility piping CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 31 1000-4 SITE CLEARING Page 4 of 5 1 2. The testing,removal, and disposal of hazardous materials will be in accordance — 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions,except those landscape 5 features that are to be preserved. Such obstructions include,but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick I1 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 in. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including,but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas _ 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes,and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment,remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas,remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor,unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off-site in accordance with local, 47 state,and federal laws and regulations. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 311000-5 SITE CLEARING Page 5 of 5 ` 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 r 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 13 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 4 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines,grades,and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3123 23 —Borrow 20 4. Section 3124 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by the cubic yard in its final position 26 using the average end area method. Limits of measurement are shown on 27 the Drawings. 28 2) When measured by the cubic yard in its final position,this is a plans 29 quantity measurement Item. The quantity to be paid is the quantity shown 30 in the proposal, unless modified by Article 11.04 of the General 31 Conditions.Additional measurements or calculations will be made if 32 adjustments of quantities are required. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement"will be paid for at the unit 36 price bid per cubic yard of"Unclassified Excavation by Plan". No 37 additional compensation will be allowed for rock or shrinkage/swell 38 factors,as these are the Contractor's responsibility. 39 c. The price bid shall include: 40 1) Excavation 41 2) Excavation Safety 42 3) Drying CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 4 1 4) Dust Control 2 5) Reworking or replacing the over excavated material in rock cuts 3 6) Hauling 4 7) Disposal of excess material not used elsewhere onsite 5 8) Scarification 6 9) Clean-up 7 1.3 REFERENCES [NOT USED] 8 A. Definitions 9 1. Unclassified Excavation—Without regard to materials, all excavations shall be 10 considered unclassified and shall include all materials excavated. Any reference to 11 Rock or other materials on the Drawings or in the specifications is solely for the 12 City and the Contractor's information and is not to be taken as a classification of 13 the excavation. 14 1.4 ADMINSTRATIVE REQUIREMENTS 15 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 16 01. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Excavation Safety 23 1. The Contractor shall be solely responsible for making all excavations in a safe 24 manner. 25 2. All excavation and related sheeting and bracing shall comply with the requirements 26 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 27 1.10 DELIVERY,STORAGE,AND HANDLING 28 A. Storage 29 1. Within Existing Rights-of-Way(ROW) 30 a. Soil may be stored within existing ROW, easements or temporary construction 31 easements, unless specifically disallowed in the Contract Documents. 32 b. Do not block drainage ways, inlets or driveways. 33 c. Provide erosion control in accordance with Section 3125 00. 34 d. When the Work is performed in active traffic areas, store materials only in 35 areas barricaded as provided in the traffic control plans. 36 e. In non-paved areas, do not store material on the root zone of any trees or in 37 landscaped areas. 38 2. Designated Storage Areas 39 a. If the Contract Documents do not allow the storage of spoils within the ROW, 40 easement or temporary construction easement,then secure and maintain an 41 adequate storage location. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 4 1 b. Provide an affidavit that rights have been secured to store the materials on 2 private property. 3 c. Provide erosion control in accordance with Section 3125 00. 4 d. Do not block drainage ways. 5 1.11 FIELD CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 2.1 OWNER-FURNISHED [NOT USED] 15 2.2 PRODUCT TYPES AND MATERIALS 16 A. Materials 17 1. Unacceptable Fill Material 18 a. In-situ soils classified as ML, MH,PT, OL or OH in accordance with ASTM 19 D2487 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 CONSTRUCTION 25 A. Accept ownership of unsuitable or excess material and dispose of material off-site 26 accordance with local, state, and federal regulations at locations. 27 B. Excavations shall be performed in the dry,and kept free from water, snow and ice 28 during construction with eh exception of water that is applied for dust control. 29 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 30 properly dispose according to disposal plan. 31 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 32 proposed or existing structures. 33 E. Correct any damage to the subgrade caused by weather,at no additional cost to the 34 City. ,-Oft 35 F. Shape slopes to avoid loosening material below or outside the proposed grades. 36 Remove and dispose of slides as directed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 4 1 G. Rock Cuts 2 1. Excavate to finish grades. 3 2. In the event of over excavation due to contractor error below the lines and grades 4 established in the Drawings, use approved embankment material compacted in 5 accordance with Section 3124 00 to replace the over excavated at no additional 6 cost to City. 7 H. Earth Cuts 8 1. Excavate to finish subgrade 9 2. In the event of over excavation due to contractor error below the lines and grades 10 established in the Drawings, use approved embankment material compacted in 11 accordance with Section 3124 00 to replace the over excavated at no additional 12 cost to City. 13 3. Manipulate and compact subgrade in accordance with Section 3124 00. 14 3.5 REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD QUALITY CONTROL 17 A. Subgrade Tolerances 18 1. Excavate to within 0.1 foot in all directions. 19 2. In areas of over excavation,Contractor provides fill material approved by the City 20 at no expense to the City. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 29 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312323-I BORROW Page 1 of 5 1 SECTION 3123 23 2 BORROW 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish,place and compact Borrow material for grading. 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 31 23 16—Unclassified Excavation 13 4. Section 3124 00—Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 using the average end area method. Limits of measurement are shown on 20 the Drawings. 21 2) When measured by the cubic yard in its final position,this is a plans 22 quantity measurement Item. The quantity to be paid is the quantity shown 23 in the proposal,unless modified by Article 11.04 of the General 24 Conditions. Additional measurements or calculations will be made if 25 adjustments of quantities are required. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price bid per cubic yard of"Borrow by Plan"for the various borrow 30 materials. No additional compensation will be allowed for rock or 31 shrinkage/swell factors,as these are the Contractor's responsibility. 32 c. The price bid shall include: 33 1) Transporting or hauling material 34 2) Furnishing, placing,compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312323-2 BORROW Page 2 of 5 1 1.3 REFERENCES .. 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 8 Purposes(Unified Soil Classification System) 9 b. ASTM D4318-10, Standard Test Methods for Liquid Limit,Plastic Limit,and 10 Plasticity Index of Soils 11 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 12 (Gradation)of Soils Using Sieve Analysis 13 d. ASTM D698, Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort(12,400 ft-lbf/W) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results,Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698,ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul-off. 38 B. Storage 39 1. Within Existing Rights-of-Way(ROW) �^ CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312323-3 BORROW Page 3 of 5 1 a. Borrow materials may be stored within existing ROW,easements or temporary 2 construction easements, unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways, inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non-paved areas, do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW,easement or temporary construction easement,then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS r 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements,roadways,foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials,boulders over 6 inches in size and organics 31 c. Can be placed free from voids 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 35 b. Blended with in-situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials,boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand(CSS) CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type UII portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633,Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633, Method A 8 f. Mix in a stationary pug mill,weigh-batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION [NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 3124 00. 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 30 31 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312323-5 BORROW Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 2 r CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of- 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on-site materials 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 3. Section 3123 16—Unclassified Excavation 19 4. Section 3123 23 —Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by the cubic yard in its final position 25 using the average end area method. Limits of measurement are shown on 26 the Drawings. 27 2) When measured by the cubic yard in its final position,this is a plans 28 quantity measurement Item. The quantity to be paid is the quantity shown 29 in the proposal,unless modified by Article 11.04 of the General 30 Conditions.Additional measurements or calculations will be made if 31 adjustments of quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid per cubic yard of"Embankment by Plan". No additional 36 compensation will be allowed for rock or shrinkage/swell factors,as these 37 are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing,compacting, and finishing Embankment 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this specification refer to the current reference standard 8 published at the time of the latest revision date logged at the end of this 9 specification,unless a date is specifically cited. 10 2. ASTM Standards I 1 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 12 and Plasticity Index of Soils 13 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 14 Wax Method 15 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Standard Effort 17 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 18 Characteristics of Soil Using Modified Effort 19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 20 Weight and Water Content Range for Effective Compaction of Granular Soils 21 Using a Vibrating Hammer 22 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 23 by the Sand Cone Method 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Sequencing 26 1. Sequence work such that calls of proctors are complete in accordance with ASTM 27 D698 prior to commencement of construction activities. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to construction 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled material 34 a. Provide a description of the storage of the excavated material only if the 35 Contract Documents do not allow storage of materials in the right-of-way or the 36 easement CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-3 EMBANKMENTS Page 3 of 9 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 5 A. Storage 6 1. Within Existing Rights-of-Way(ROW) 7 a. Soil may be stored within existing ROW,easements or temporary construction 8 easements,unless specifically disallowed in the Contract Documents. 9 b. Do not block drainage ways, inlets or driveways. 10 c. Provide erosion control in accordance with Section 3125 00. 11 d. When the Work is performed in active traffic areas,store materials only in 12 areas barricaded as provided in the traffic control plans. 13 e. In non-paved areas, do not store material on the root zone of any trees or in 14 landscaped areas. 15 2. Designated Storage Areas 16 a. If the Contract Documents do not allow the storage within the ROW,easement 17 or temporary construction easement,then secure and maintain an adequate 18 storage location. 19 b. Provide an affidavit that rights have been secured to store the materials on 20 private property. 21 c. Provide erosion control in accordance with Section 3125 00. 22 d. Do not block drainage ways. 23 1.11 FIELD CONDITIONS 24 A. Existing Conditions 25 1. Any data which has been or may be provided on subsurface conditions is not 26 intended as a representation or warranty of accuracy or continuity between soils.It 27 is expressly understood that neither the City nor the Engineer will be responsible 28 for interpretations or conclusions drawn there from by the Contractor. 29 2. Data is made available for the convenience of the Contractor. 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Acceptable Fill Material 36 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials,boulders over 6 inches in size and organics 39 c. Can be placed free from voids 40 d. Must have 20 percent passing the number 200 sieve CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised January 28,2013 312400-4 EMBANKMENTS Page 4 of 9 1 2. Blended Fill Material — 2 a. In-situ soils classified as GW, GP,GM, SW, SP,or SM in accordance with 3 ASTM D2487 4 b. Blended with in-situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials, boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 3. Unacceptable Fill Material 9 a. In-situ soils classified as ML,MH, PT,OL or OH in accordance with ASTM 10 D2487 11 4. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 b. Repair or replace any pavement damaged due to the negligence of the 27 contractor outside the limits designated for pavement removal at no additional 28 cost 29 2. Trees 30 a. When operating outside of existing ROW, stake permanent and temporary 31 construction easements. 32 b. Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 10 34 00. 35 d. Conduct embankments in a manner such that there is no damage to the tree 36 canopy. 37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City. 39 1) Pruning or trimming may only be accomplished with equipment 40 specifically designed for tree pruning or trimming. 41 3. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-5 EMBANKMENTS Page 5 of 9 '— 1 4. Traffic 2 a. Maintain existing traffic,except as modified by the traffic control plan, and in 3 accordance with Section 34 71 13. 4 b. Do not block access to driveways or alleys for extended periods of time unless: 5 1) Alternative access has been provided 6 2) Proper notification has been provided to the property owner or resident 7 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLATION 9 A. Embankments General 10 1. Placing and Compacting Embankment Material 11 a. Perform fill operation in an orderly and systematic manner using equipment in 12 proper sequence to meet the compaction requirements 13 b. Scarify and loosen the unpaved surface areas, except rock,to a depth of at least 14 6 inches, unless otherwise shown on the Drawings 15 c. Place fill on surfaces free from trees, stumps,roots,vegetation, or other 16 deleterious materials 17 d. Bench slopes before placing material. 18 e. Begin filling in the lowest section or the toe of the work area 19 f. When fill is placed directly or upon older fill,remove debris and any loose 20 material and proof roll existing surface. 21 g. After spreading the loose lifts to the required thickness and adjusting its 22 moisture content as necessary, simultaneously recompact scarified material 23 with the placed embankment material. 24 h. Roll with sufficient number passes to achieve the minimum required 25 compaction. 26 i. Provide water sprinkled as necessary to achieve required moisture levels for 27 specified compaction 28 j. Do not add additional lifts until the entire previous lift is properly compacted. 29 2. Surface Water Control 30 a. Grade surface horizontally but provide with sufficient longitudinal and 31 transverse slope to allow for runoff of surface water from every point. 32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 33 created. 34 c. Install temporary dewatering sumps in low areas during filling where excess 35 amounts of runoff collect. 36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 37 free from humps and hollows that would prevent proper uniform compaction. 38 e. Do not place fill during or shortly after rain events which prevent proper work 39 placement of the material and compaction 40 f. Prior to resuming compaction operations,remove muddy material off the 41 surface to expose firm and compacted materials 42 B. Embankments for Roads 43 1. Only Acceptable Fill Material will be allowed for roadways 44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct generally to conform to the cross section of the subgrade section as 47 shown in the Drawings. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-6 EMBANKMENTS Page 6 of 9 1 4. Establish grade and shape to the typical sections shown on the Drawings ^ 2 5. Maintain finished sections of embankment to the grade and compaction 3 requirements until the project is accepted. 4 C. Earth Embankments 5 1. Earth embankment is mainly composed of material other than rock. Construct 6 embankments in successive layers,evenly distributing materials in lengths suited 7 for sprinkling and rolling. 8 2. Rock or Concrete 9 a. Obtain approval from the City prior to incorporating rock and broken concrete 10 produced by the construction project in the lower layers of the embankment. 11 b. No Rock or Concrete will be permitted in embankments in any location where 12 future utilities are anticipated. 13 c. When the size of approved rock or broken concrete exceeds the layer thickness 14 place the rock and concrete outside the limits of the proposed structure or 15 pavement. Cut and remove all exposed reinforcing steel from the broken 16 concrete. 17 3. Move the material dumped in piles or windrows by blading or by similar methods 18 and incorporate it into uniform layers. 19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 20 ensure there are no abrupt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 D. Rock Embankments 24 1. Rock embankment is mainly composed of rock. 25 2. Rock Embankments for roadways are only allowed when specifically designated on 26 the Drawings. 27 3. Construct rock embankments in successive layers for the full width of the roadway 28 cross-section with a depth of 18-inches or less. 29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 30 case. Fill voids created by the large stone matrix with smaller stones during the 31 placement and filling operations. 32 5. Ensure the depth of the embankment layer is greater than the maximum dimension 33 of any rock. 34 6. Do not place rock greater than 18-inches in its maximum dimension. 35 7. Construct the final layer with graded material so that the density and uniformity is 36 in accordance compaction requirements. 37 8. The upper or final layer of rock embankments shall contain no material larger than 38 4 inches in their maximum dimension. 39 E. Density 40 1. Compact each layer until the maximum dry density as determined by ASTM D698 41 is achieved. 42 a. Not Under Roadway or Structure: 43 1) areas to be compacted in the open,not beneath any structure,pavement, 44 flatwork,or is a minimum of 1 foot outside of the edge of any structure, 45 edge of pavement,or back of curb. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-7 EMBANKMENTS Page 7 of 9 1 a) Compact each layer to a minimum of 90 percent Standard Proctor 2 Density. 3 b. Embankments under future paving: 4 1) Compact each layer to a minimum of 95 percent standard proctor density 5 with a moisture content not to exceed+4 percent or-2 percent of optimum 6 moisture or as indicated on the Drawings 7 c. Embankments under structures: 8 1) Compacted each layer as indicated on the Drawings 9 F. Maintenance of Moisture and Reworking 10 1. Maintain the density and moisture content once all requirements are met. 11 2. For soils with a PI greater than 15,maintain the moisture content no lower than 4 12 percentage points below optimum. 13 3. Rework the material to obtain the specified compaction when the material loses the 14 required stability,density,moisture,or finish. 15 4. Alter the compaction methods and procedures on subsequent work to obtain 16 specified density as directed by the City. 17 3.5 REPAIR [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 A. Field Tests and Inspections 21 1. Proctors 22 a. The City will perform Proctors in accordance with ASTM D698. 23 b. Test results will generally be available to within 4 calendar days and distributed 24 to: 25 1) Contractor 26 2) City Project Manager 27 3) City Inspector 28 4) Engineer 29 c. Notify the City if the characteristic of the soil changes. 30 d. City will perform new proctors for varying soils: 31 1) When indicated in the geotechnical investigation in the Appendix 32 2) If notified by the Contractor 33 3) At the convenience of the City 34 e. Embankments where different soil types are present and are blended,the 35 proctors shall be based on the mixture of those soils. 36 2. Proof Rolling 37 a. Embankments under Future Pavement 38 1) City Project Representative must be on-site during proof rolling operations. 39 2) Use equipment that will apply sufficient load to identify soft spots that rut 40 or pump. 41 a) Acceptable equipment includes fully loaded single-axle water truck 42 with a 1500 gallon capacity. 43 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 44 4) Offset each trip by at most 1 tire width. 45 5) If an unstable or non-uniform area is found,correct the area. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-8 EMBANKMENTS Page 8 of 9 1 6) Correct 2 a) Soft spots that rut or pump greater than 3/4 inch. 3 b) Areas that are unstable or non-uniform 4 7) If a non-uniform area is found then correct the area. 5 b. Embankments Not Under Future Paving 6 1) No Proof Rolling is required. 7 3. Density Testing of Embankments 8 a. Density Test shall be in conformance with ASTM D2922. 9 b. For Embankments under future pavement: 10 1) The City will perform density testing twice per working day when 1 I compaction operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests,but the number of 13 test shall be appropriate for the area being compacted. 14 3) Testing shall be representative of the current lift being compacted. 15 4) Special attention should be placed on edge conditions. 16 c. For Embankments not under future pavement or structures: 17 1) The City will perform density testing once working day when compaction 18 operations are being conducted. 19 2) The testing lab shall take a minimum of 3 density tests. 20 3) Testing shall be representative of the current lift being compacted. 21 d. Make the area where the embankment is being placed available for testing. 22 e. The City will determine the location of the test. 23 f. The City testing lab will provide results to Contractor and the City's Inspector 24 upon completion of the testing. 25 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 26 h. Test reports shall include: 27 1) Location of test by station number 28 2) Time and date of test 29 3) Depth of testing 30 4) Field moisture 31 5) Dry density 32 6) Proctor identifier 33 7) Percent Proctor Density 34 B. Non-Conforming Work 35 1. All non-conforming work shall be removed and replaced. 36 3.8 SYSTEM STARTUP [NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION [NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312400-9 EMBANKMENTS Page 9 of 9 1 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 2 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 28,2013 312500-1 EROSION AND SEDIMENT CONTROL Page I of 9 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(S)NPPP) 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 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 TXRI 50000 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. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change(if applicable) 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 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 [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness,durability,cleanliness and resistance to 35 crumbling,flaking and eroding acceptable to the Engineer. 36 b. Provide the following: –• 37 1) Types 1,2 and 4 Rock Filter Dams CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 '/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds,per ASTM D4632 16 b. Puncture Strength of 135 pounds,per ASTM D4833 17 c. Mullen Burst Rate of 420 psi,per ASTM D3786 18 d. Apparent Opening Size of No.20(max),per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 26 such as salt,alkali,dirt,clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds,per ASTM D4632 32 2) Puncture Strength of 120 pounds,per ASTM D4833 33 3) Mullen Burst Rate of 600 psi,per ASTM D3786 34 4) Apparent Opening Size of No. 40(max),per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock, loam, clay,topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 41 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve# Maximum Retained % by Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net-reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches,unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction, or as directed.Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials,concrete truck washout 2 water,chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations,the Engineer will limit the 5 disturbed area to that which the Contractor is able to control.Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures. Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 11 temporary control measures,temporary embankments,bridges,matting, falsework, 12 piling,debris,or other obstructions placed during construction that are not a part of 13 the finished work, or as directed. 14 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland,water body,or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints,chemicals,solvents, and fertilizers at an 19 approved location. Keep paints,chemicals,solvents, and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR150000. 24 2. When approved, sediments may be disposed of within embankments,or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state,and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal,finish-grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees,brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1,2,3, and 5,place the aggregate to the lines,height,and slopes 39 specified,without undue voids. 40 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties,or hog rings,or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria, unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non-reinforced) 4 1) Height-At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width-At least 2 feet 7 3) Slopes-At most 2:1 8 b. Type 2(Reinforced) 9 1) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height-At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes-At most 2:1 18 d. Type 4(Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling, connect the sides by lacing in a single loop-double loop 21 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 22 tight,wrap around the end,and twist 4 times.At the filling end,fill with 23 stone,pull the rod tight,cut the wire with approximately 6 inches 24 remaining,and twist wires 4 times. 25 3) For horizontal filling,place sack flat in a filling trough, fill with stone,and , 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist,prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway, alley, sidewalk,parking 34 area,or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course, if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches,make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer. 42 I. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement,or as directed,to prevent runoff spillover. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required,create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained, or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time,not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices,after a rain,and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 16 runoff from disturbed areas,create a retention pond, detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 22 5. Place a single layer of sandbags downstream as a secondary debris trap. �. 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment-Control Fence 26 1. Provide temporary sediment-control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion-control measures used to control sediment in 29 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 30 Section,or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep,or adequately anchor, if in rock,with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench,then hand-tamp. 41 c. Fabric and Net Reinforcement Attachment 42 1) Unless otherwise shown under the Drawings, attach the reinforcement to 43 wooden posts with staples,or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices `y- 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced, unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment-control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 8 b) Fabric without excessive patching(more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIRIRESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment,debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES ►� 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures,or in areas where permanent erosion 25 control measures(i.e.riprap,gabions,or geotextiles)have been employed. 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended,repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321313-1 CONCRETE PAVING Page 1 of 21 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 73 -Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing, loading and unloading, storing,hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing,placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal,warping,expansion, and 34 contraction joints, including all steel dowels,dowel caps and load transmission 35 units required,wire and devices for placing,holding and supporting the steel 36 bar, load transmission units, and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-2 CONCRETE PAVING Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. A615/A615M, Deformed and Plain Billet-Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33,Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 17 g. C 150,Portland Cement 18 h. C156, Water Retention by Concrete Curing Materials 19 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260,Air Entraining Admixtures for Concrete 21 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 22 1. C494,Chemical Admixtures for Concrete,Types"A","D","F"and"G" 23 in. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete 25 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 26 Concrete 27 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C 1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 32 (12,400 ft-lbf/ft3) 33 3. American Concrete Institute(ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. ciry OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-3 CONCRETE PAVING Page 3 of 21 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 C1064 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 C150. 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 r 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-4 CONCRETE PAVING Page 4 of 21 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 EP-430 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 24 c) Name of manufacturer CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-5 CONCRETE PAVING Page 5 of 21 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning, extreme thickening, or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs,representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 I. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stock of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood,knots,clustered 35 birdseyes, checks and splits. 36 2) Joint filler,boards, shall be smooth, flat and straight throughout,and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in lengths equal to the width between 39 longitudinal joints,and may be furnished in strips or scored sheet of the 40 required shape. 41 3. Dimensions.The thickness of the expansion joint filler shall be shown on the 42 Drawings;the width shall be not less than that shown on the Drawings,providing 43 for the top seal space. 44 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 45 requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials "ol� 2 1. Membrane-Forming Compounds. 3 a. Conform to the requirements of ASTM C309,Type 2,white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm,continuous uniform moisture-impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 concrete. 9 c. It shall,when applied to the damp concrete surface at the specified rate of 10 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate,check,peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only,which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C 156 Water Retention by Concrete 21 Curing Materials,the liquid membrane-forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.01-oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations,the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities,type,and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12)L.A. Abrasion of coarse aggregates 46 c. Once mix design approved by City, maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete maybe placed on the job site until the mix design has been 2 approved by the City. 3 2. Quality of Concrete 4 a. Consistency 5 1) In general,the consistency of concrete mixtures shall be such that: 6 a) Mortar shall cling to the coarse aggregate 7 b) Aggregate shall not segregate in concrete when it is transported to the 8 place of deposit 9 c) Concrete,when dropped directly from the discharge chute of the mixer, 10 shall flatten out at the center of the pile,but the edges of the pile shall 11 stand and not flow 12 d) Concrete and mortar shall show no free water when removed from the 13 mixer 14 e) Concrete shall slide and not flow into place when transported in metal 15 chutes at an angle of 30 degrees with the horizontal 16 f) Surface of the finished concrete shall be free from a surface film or 17 laitance 18 2) When field conditions are such that additional moisture is needed for the 19 final concrete surface finishing operation,the required water shall be 20 applied to the surface by hand sprayer only and be held to a minimum 21 amount. 22 3) The concrete shall be workable,cohesive,possess satisfactory finishing 23 qualities and be of the stiffest consistency that can be placed and vibrated 24 into a homogeneous mass. 25 4) Excessive bleeding shall be avoided. 26 5) If the strength or consistency required for the class of concrete being 27 produced is not secured with the minimum cement specified or without 28 exceeding the maximum water/cement ratio,the Contractor may use, or the 29 City may require,an approved cement dispersing agent(water reducer); or 30 the Contractor shall furnish additional aggregates, or aggregates with 31 different characteristics,or the Contractor may use additional cement in 32 order to produce the required results. 33 6) The additional cement may be permitted as a temporary measure, until 34 aggregates are changed and designs checked with the different aggregates 35 or cement dispersing agent. 36 7) The Contractor is solely responsible for the quality of the concrete 37 produced. 38 8) The City reserves the right to independently verify the quality of the 39 concrete through inspection of the batch plant,testing of the various 40 materials used in the concrete and by casting and testing concrete cylinders 41 or beams on the concrete actually incorporated in the pavement. 42 b. Standard Class 43 1) Unless otherwise shown on the Drawings or detailed specifications,the 44 standard class for concrete paving for streets and alleys is shown in the 45 following table: 46 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-8 CONCRETE PAVING Page 8 of 21 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 P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 2 1.All exposed horizontal concrete shall have entrained-air. 3 2.Minimum Compressive Strength Required. 4 5 2) Machine-Laid concrete: Class P 6 3) Hand-Laid concrete: Class H 7 c. High Early Strength Concrete(HES) 8 1) When shown on the Drawings or allowed,provide Class HES concrete for 9 very early opening of pavements area or leaveouts to traffic. 10 2) Design class HES to meet the requirements of class specified for concrete 11 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 12 unless other early strength and time requirements are shown on the 13 Drawings allowed. 14 3) No strength overdesign is required. 15 16 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 18 d. Slump 19 1) Slump requirements for pavement and related concrete shall be as specified 20 in the following table: 21 22 Concrete Pavement Slump Requirements 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 23 24 2) No concrete shall be permitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices(augers), internal vibration, 13 tamping,and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine-Laid Concrete Pavement 16 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. -- 19 b. Slip-Form Paver 20 1) Slip-form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip-Form Paver if paver requires over-digging and 24 impacts trees,mailboxes or other improvements. 25 4. Hand-Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand-laid concrete 28 construction,as slumps, spreading methods,vibration,and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used—onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-10 CONCRETE PAVING Page 10 of 21 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions,but not from the very ends of the batch. 3 d. The mixing of each batch,after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection,or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 £ Retempering or remixing shall not be permitted. 10 3. Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations,the manufacturer of the concrete shall,before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed, stamped,or written,the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number 22 5) Name of purchaser 23 6) Specific designation of job(name and location) 24 7) Specific class, design identification and designation of the concrete in 25 conformance with that employed in job specifications 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings,the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes,ruts and depressions shall be filled and compacted with suitable material 37 and, if required,the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch.,as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-11 CONCRETE PAVING Page 11 of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved,the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base,additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal,of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet,where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable,forms shall be reset,using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand-laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used,or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet,acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement,promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel,Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars,dowels,etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean,free from rust in the form of loose or 11 objectionable scale,and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and,where permitted,such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed,no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab,by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid-depth of the pavement slab,parallel to the surface. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-13 CONCRETE PAVING Page 13 of 21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings,creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After curing,the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings,or as 24 approved by the City. 25 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 26 approved by the City. 27 c. Dowel bars,shall be of the size and type shown on the Drawings, or as 28 approved by the City,and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de-bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures,expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width,and spacing shown on the Drawings, or as 43 approved by the City. 44 c. Dowel bars,shall be of the size and type shown on the Drawings, or as 45 approved by the City,and shall be installed at the specified spacing. 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-14 CONCRETE PAVING Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 3 pavement thickness,or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint,but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section _ 49 32 13 73. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings,the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes (at point ofplacement) (no retarding a ent) (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 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day,or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement,revealed by 21 the removal of the side forms, may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-16 CONCRETE PAVING Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its"set"and becomes non-workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted,the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that,when consolidated and 14 finished,the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing,and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results,the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms,the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied,under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 35 from cracks or pinholes,and shall not disintegrate,check,peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C 15 6 Water Retention by Concrete Curing 40 Materials,the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings,and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City,unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 C. Pavement Thickness Test 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made,pavement thickness test shall be made by the City. 10 2. The number of tests and location shall be at the discretion of the City,unless 11 otherwise specified in the special provisions or on the Drawings. 12 3. The cost for the initial pavement thickness test shall be the expense of the City. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations, subsequent tests necessary to isolate the deficiency shall be at 15 the Contractor's expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 20 made at an adjusted price as specified in the following table. 21 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 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 25 is greater,shall be evaluated by the City. 26 8. If, in the judgment of the City the area of such deficiency should not be removed 27 and replaced,there shall be no payment for the area retained. 28 9. If, in the judgment of the City,the area of such deficiency warrants removal,the 29 area shall be removed and replaced,at the Contractor's entire expense,with 30 concrete of the thickness shown on the Drawings. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1/10 of the plan thickness,whichever is greater, shall be removed and 33 replaced, at the Contractor's entire expense,with concrete of the thickness shown 34 on the Drawings. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 13 13-19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31,to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast,they shall remain on the job site and then 5 transported,moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 8 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength,the Contractor may,at its option 10 and expense,core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol,except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength,to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength,additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 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 22 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project,the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade,the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector,at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary,and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking, and the Contractor will perform that work at the 12 agreed-upon price if the City elects to do so. 13 5. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 14 the cause of the cracking,the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship,the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship,the City will return the 28 escrowed funds to the Contractor. The Contractor, on request,will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3213 13-21 CONCRETE PAVING Page 21 of 21 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 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. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES .�. 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb, including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 b. Payment ^ 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price bid per each"Barrier Free Ramp" installed. ' 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms -- 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks,driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks,driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 B. Demolition/Removal 13 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width, shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS(no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks,driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 2 driveways, curbs,formations, other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb,expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Griffin Corrected Part 1, 1.2,A,3,b, 1 to read;from...square foot of Concrete Sidewalk. to...each"Barrier Free Ramp"installed. 33 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 7. Do not leave open, cleaned joints unsealed overnight. _ 2 E. Joint Sealant 3 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 4 mechanical injection tool. 5 2. Do not seal joints unless they are clean and dry. 6 3. Remove and discard excess sealant left on the pavement surface. 7 a. Do not excess use to seal the joints. 8 4. The pavement surface shall present a clean final condition as determined by City. 9 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 10 F. Approval of Joints 11 1. The City may request a representative of the sealant manufacturer to be present at 12 the job site at the beginning of the final cleaning and sealing of joints. 13 a. The representative shall demonstrate to the Contractor and the City the 14 acceptable method for sealant installation. 15 b. The representative shall approve the clean,dryjoints before the sealing 16 operation commences. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-1 BRICK UNIT PAVING Page 1 of 9 1 SECTION 32 14 16 2 BRICK UNIT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor,materials and equipment necessary to install brick pavers, set in mortar 7 on reinforced concrete base for: 8 a. New brick paving 9 b. Brick paving repair 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 14 2. Division 1 -General Requirements 15 3. Section 32 13 13 -Concrete Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Brick Paving 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Brick Paving. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per square yard of Brick Paving completed and accepted in its 25 final position per Drawings. 26 c. The price bid shall include: 27 1) Sample panels 28 2) Shaping and fine grading the roadbed 29 3) Furnishing and applying all water required 30 4) Furnishing, loading and unloading, storing,hauling,handling,mixing, 31 placing, finishing and curing all concrete ingredients for concrete base 32 material 33 5) Furnishing and installing all reinforcing steel for concrete base 34 6) Furnishing,mixing and placing all setting materials including mortar 35 setting bed,wet mortar joint filler and high bond mortar mix 36 7) Furnishing and setting all brick unit pavers 37 8) Sealing joints 38 2. Brick Paving Repair 39 a. Measurement 40 1) Measurement for this Item shall be by the square yard of Brick Paving 41 Repaired. 42 b. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-2 BRICK UNIT PAVING Page 2 of 9 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per square yard of Brick Paving Repair completed and accepted in 4 its final position per Drawings. 5 c. The price bid shall include: 6 1) Sample panels 7 2) Shaping and fine grading the roadbed 8 3) Furnishing and applying all water required 9 4) Furnishing, loading and unloading, storing,hauling,handling,mixing, 10 placing,finishing and curing all concrete ingredients for concrete base 11 material 12 5) Furnishing and installing all reinforcing steel for concrete base 13 6) Furnishing,mixing and placing all setting materials including mortar 14 setting bed,wet mortar joint filler and high bond mortar mix 15 7) Furnishing and setting all brick unit pavers 16 8) Sealing joints 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification,unless a date is specifically cited. 22 2. ASTM International(ASTM): 23 a. C67,Test Methods of Sampling and Testing Brick and Structural Clay Tile 24 b. C 144,Aggregate for Masonry Mortar 25 c. C150,Portland Cement 26 d. C207, Specification for Hydrated Lime for Masonry Purposes 27 e. C902, Specification for Pedestrian and Light Traffic Paving Brick 28 f. C1602, Standard Specification for Mixing Water Used in the Production of 29 Hydraulic Cement Concrete 30 3. The Brick Industry Association,Technical Notes 31 a. No. 1, Cold and Hot Weather Construction 32 1.4 ADMINISTRATIVE REQUIREMENTS 33 A. Permitting 34 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 35 and Public Works Department in conformance with current ordinances. 36 2. Transportation and Public Works Department will inspect paving repair after 37 construction. 38 1.5 SUBMITTALS 39 A. Product Data: Submit manufacturer's technical data for each manufactured product, 40 including certification that each product complies with specified requirements. 41 B. Samples 42 1. For material verification purposes submit the following: 43 a. Manufacturer's testing certification conforming to ASTM C67 testing methods 44 for: •""� CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-3 BRICK UNIT PAVING Page 3 of 9 1 1) Compressive strength,pounds per square inch 2 2) Absorption, 5 hour submersion in cold water 3 3) Absorption,24 hour submersion in cold water 4 4) Maximum saturation coefficient 5 5) Initial rate of absorption(suction) 6 6) Abrasion index 7 7) Freeze-thaw 8 8) Efflorescence 9 b. Masonry paving unit samples for each type of masonry paving required. 10 Include in each set the full range of exposed color and texture to be expected in 11 the completed work. 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE 16 A. Installer: Brick paver and any subcontractors shall have experience in brick paving and 17 their previous work will be reviewed by the City prior to start of work. 18 B. Sample Panel: Prior to installation of masonry paving work, fabricate sample panel 19 using materials,pattern and joint treatment indicated for project work, including special 20 features for expansion joints and contiguous work. 21 1. Include color range, size,texture,bond,expansion jointing,pattern,finish,and 22 workmanship. 23 2. Make 6 feet x 6 feet minimum. 24 3. Provide range of color,texture and workmanship to be expected in the completed 25 work. 26 4. Sample panel shall be inspected by the City. If the sample is not acceptable, 27 construct additional panels at no cost to the City until an acceptable panel is 28 constructed. 29 5. Obtain City's acceptance of visual qualities of the panel before start of masonry 30 paving work. 31 6. Maintain the sample panel as the standard of minimal quality for approval of all 32 proposed brick pavement work required for the project. Locate sample panel near 33 the pavement work to facilitate comparison 34 7. Do not change source of brands for masonry units,setting materials,or grout during 35 progress of work. 36 8. Remove sample panel from the site at completion of project. 37 1.10 DELIVERY,STORAGE,AND HANDLING 38 A. Delivery: Brick pavers and associated installation materials shall be delivered to the 39 job adequately protected from damage during transit. 40 1. Brick pavers shall be carefully packed by the supplier for shipment with name of 41 manufacturer and identification of contents. 42 2. Pavers damaged in any manner will be rejected and replaced with new materials at 43 no additional cost to the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-4 BRICK UNIT PAVING Page 4 of 9 1 B. Storage: Protect grout and mortar materials during storage and construction against 2 wetting by rain, snow or ground water and against soilage or intermixture with earth or 3 other types of materials. 4 1. Protect grout and mortar materials from deterioration by moisture and temperature. 5 2. Store in a dry location or in waterproof container. 6 3. Keep containers tightly closed and away from open flame. Protect liquid 7 components from freezing. 8 1.11 FIELD CONDITIONS 9 A. Ambient Conditions 10 1. Normal construction: temperatures between 40 degrees and 100 degrees. 11 2. Cold Weather Construction:temperatures below 40 degrees 12 a. Comply with requirements for masonry construction in cold weather from the 13 BIA Technical Notes on Brick Construction,No. 1,Cold and Hot Weather 14 Construction,Table No. 1 as summarized in the following table: 15 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-5 BRICK UNIT PAVING Page 5 of 9 Preparation Construction Protection Temperature' Requirements Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visible ice,or snow on their surface. F. Completely cover newly 40 degrees F to Do not heat water or constructed masonry 32 degrees F Remove visible ice and aggregates used in mortar or with a weather-resistive snow from top surface of membrane for 24 hr after grout above 140 degrees F. existing foundations and construction. masonry to receive new Heat grout materials when construction. Heat these their temperature is below 32 surfaces above freezing, degrees F. using methods that do not result in damage. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in 32 degrees F to Comply with cold weather masonry. Comply with cold 25 degrees F requirements above. weather requirements Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 de rees F. Comply with cold weather Completely cover newly requirements above. constructed masonry Heat masonry surfaces under with weather-resistive construction to 40 degrees F insulating blankets or 25 degrees F to Comply with cold weather and use wind breaks or equal protection for 24 hr 20 degrees F requirements above. enclosures when the wind after completion of work. velocity exceeds 15 mph. Extend time period to 48 hr for grouted masonry, Heat masonry to a minimum unless the only cement of 40 degrees F prior to in the grout is Type III Portland cement. grouting. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated 20 degrees F and Comply with cold weather Comply with cold weather enclosures,electric below requirements above. requirements above. heating blankets,infrared lamps,or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1 2 1.Preparation and Construction requirements are based on ambient temperatures. Protection requirements,after 3 masonry is placed,are based on mean daily temperatures. ..�. 4 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-6 BRICK UNIT PAVING Page 6 of 9 1 3. Hot Weather Construction: temperatures above 100 degrees 2 a. Comply with requirements for masonry construction in hot weather from the 3 BIA Technical Notes on Brick Construction,No 1., Cold and Hot Weather 4 Construction,Table No. 1 as summarized in the following table: Preparation Protection Temperature' Requirements Construction Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Above 115 Use cool mixing water for degrees F or Shade materials and mixing mortar and grout.Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials. requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F Provide necessary Flush mixer,mortar transport Above 100 conditions and equipment to container,and mortar boards Fog spray newly degrees F or produce mortar having a with cool water before they constructed masonry until 90 degrees F with temperature below 120 derees Fcome into contact with mortar damp,at least 3 times a 8 mph wind g . ingredients or mortar. day until the masonry is 3 Maintain sand piles in a days old. damp, loose condition. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixing. 5 6 1.Preparation and Construction requirements are based on ambient temperatures. Protection requirements,after 7 masonry is placed,are based on mean daily temperatures. 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS 10 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Rigid Concrete Base: See Section 32 13 13. 13 B. Reinforcing Steel: Section 32 13 13 14 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid(uncored)Paving Brick of 15 modular size,2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated,as per 16 ASTM C1272,Type R,Application PX. 17 D. Setting Materials 18 1. The mortar setting bed shall consist of: 19 a. 1 part Portland cement-ASTM C150,Type 1 20 b. 1/4 part hydrated lime by volume-ASTM C207,Type 5 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-7 BRICK UNIT PAVING Page 7 of 9 1 c. 3 parts damp sand-ASTM C144(for high-bond mortar,gradation in 2 accordance with additive manufacturer's recommendations). 3 d. Add water to obtain stiff mix-ASTM C 1602. 4 2. The wet mortar joint filler shall consist of- 5 a. 1 part Portland cement-ASTM C150,Type 1 6 b. 3 parts dry sand-ASTM C144. 7 c. Add water to obtain a wet mix-ASTM C 1602 8 3. High bond mortar mix shall consist of- 9 a. 1 sack Portland cement-ASTM C 150,Type 1 10 b. 50 pounds workability additive-"A"Marble Dust by Armco Steel Corporation, 11 Piqua Quarries, or Ute Dolomite Limestone by U.S.Lime Division of Flintkote 12 Corporation, or Micro Fill No. 2 by Pure Stone Company,Marble Falls,Texas 13 or approved equal 14 c. 3-1/4 cubic feet of sand-ASTM C144 15 d. 4 gallons of high bond additive-Sarabond Liquid Mortar Additive by the Dow 16 Chemical Corporation or approved equal 17 e. Mix with water in accordance with High Bond Additive manufacturer's 18 recommendations. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Place 8-inch reinforced concrete base under proposed brick pavement. 27 1. Concrete base: See Section 32 13 13. 28 a. Design concrete mix design for a minimum compressive strength of 3,000 29 pounds per square inch at the age of 2 days for either type I or type III cement 30 2. Reinforcing Steel: Section 32 13 13 31 a. No. 4 bars at 18 inches on center both directions 32 3. Keep concrete surfaces to receive pavers dry,clean,free of oily or waxy films and 33 level. 34 4. Verify gradients and elevations of base are as indicated on Drawings. 35 B. Protect adjacent finished surfaces from soiling, staining,and other damage during 36 construction. Clean and restore any damage or stains to adjacent surfaces to equal or 37 better than original condition. 38 C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an 39 amount that can be covered with pavers before initial set. 40 D. Set pavers in the patterns shown in the field with uniform tight joints(1/4-inch). CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-8 BRICK UNIT PAVING Page 8 of 9 1 E. Do not use pavers with chips,cracks, or voids. 2 F. Set paver in 1-inch layer of neat cement paste over setting bed. 3 G. Tolerances: Tolerances shall be checked continuously as work progresses so that 4 nonconforming areas can be corrected before mortar sets. 5 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 6 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 7 3. Alignment and surface tolerances will be checked and enforced. The Contractor 8 shall make provisions that brick pavers can meet these tolerances as they are 9 supplied. Imperfections in the brick dimensions and surfaces will not constitute as 10 reasons to accept inferior paving and the work will be rejected. 11 H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large 12 areas of pavers for later leveling. 13 I. After pavers are set and cleaned free of mortar,fill joints with mortar,completely filling 14 voids. 15 J. Remove excess dry joint filler mixture and fog surface with fine water spray. 16 K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed 17 broken edges will not be allowed. 18 L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day 19 cure period. After the 7 day damp cure period,clean the surface with stiff brush and 20 brick manufacturer's recommended cleaning solution in increments not exceeding 100 21 square feet, leaving surface clean and free of mortar and grout stains. 22 M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 23 days after the pavers are set. Spray paved areas until the joints are filled. 24 N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement 25 into the brick surface. 26 3.5 REPAIR 27 A. General 28 1. Remove and replace masonry paving units as directed by the City that are loose, 29 chipped,broken, stained or otherwise damaged, or if units do not match adjoining 30 units as intended. 31 2. Provide new units to match adjoining units and install in same manner as original 32 units,with same joint treatment to eliminate evidence of replacement. 33 3. Pointing: during tooling of joints,enlarge voids or holes and completely fill with 34 mortar or grout. Point-up joints at sealant type joints to provide a neat, uniform 35 appearance,properly prepared to application of sealant. 36 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces,wash and 37 scrub clean. 38 5. Protect masonry paving installations from deterioration, discoloration or damage 39 during subsequent constructions and until acceptance of work, in compliance with 40 recommendations of installer and paving unit manufacturer. 41 B. Trench Repair _ 42 1. Preparation CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321416-9 BRICK UNIT PAVING Page 9 of 9 1 a. Replace a continuous section if multiple repairs are closer than 10 feet apart 2 from edge of one repair to the edge of a second repair. 3 b. Surface Preparation: mark pavement cut repairs for approval by the CITY. 4 2. Removal 5 1) Use care in removing brick pavers to be repaired to prevent damage to 6 brick pavers adjacent to the repair area. 7 3. Installation: See Article 3.4. 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 3.4.A.Modified information to match City of Fort Worth Standard Detail 19 ... CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 6 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials, including foundation course, 31 reinforcing steel,and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 6 1 c. The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials, including foundation course, 4 reinforcing steel,and expansion material 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: 21 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 22 class for concrete curb,gutter,and curb&gutter is shown in the following table: 23 24 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 25 C. Reinforcement: See Section 32 13 13. 26 D. Joint Filler 27 1. Wood Filler: see Section 32 13 13. 28 2. Pre-Molded Asphalt Board Filler 29 a. Use only in areas where not practical for wood boards 30 b. Pre-molded asphalt board filler: ASTM D545 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 6 1 c. Install the required size and uniform thickness and as specified in the Drawings. 2 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 3 mixture of asphalt and vegetable fiber and/or mineral filler. 4 E. Expansion Joint Sealant: See Section 32 13 73. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION 11 A. Demolition/Removal: See Section 02 41 13. 12 3.4 INSTALLATION 13 A. Forms 14 1. Extend forms the full depth of concrete. 15 2. Wood forms: minimum of 1-1/2 inches in thickness 16 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 17 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 18 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 19 rejected. 20 B. Reinforcing Steel 21 1. Place all necessary reinforcement for City approval prior to depositing concrete. 22 2. All steel must be free from paint and oil and all loose scale,rust, dirt and other 23 foreign substances. 24 3. Remove foreign substances from steel before placing. 25 4. Wire all bars at their intersections and at all laps or splices. 26 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 27 greater. 28 C. Concrete Placement 29 1. Deposit concrete to maintain a horizontal surface. 30 2. Work concrete into all spaces and around any reinforcement to form a dense mass 31 free from voids. 32 3. Work coarse aggregate away from contact with the forms 33 4. Hand-Laid Concrete—Curb and gutter 34 a. Shape and compact subgrade to the lines,grades and cross section shown on the 35 Drawings. 36 b. Lightly sprinkle subgrade material immediately before concrete placement. 37 c. Deposit concrete into forms. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 3216 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 6 1 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 2 finished curb, unless otherwise approved. 3 5. Machine-Laid Concrete—Curb and Gutter 4 a. Hand-tamp and sprinkle subgrade material before concrete placement. 5 b. Provide clean surfaces for concrete placement. 6 c. Place the concrete with approved self-propelled equipment. 7 1) The forming tube of the extrusion machine or the form of the slipform 8 machine must easily be adjustable vertically during the forward motion of 9 the machine to provide variable heights necessary to conform to the 10 established gradeline. 11 d. Attach a pointer or gauge to the machine so that a continual comparison can be 12 made between the extruded or slipform work and the grade guideline. 13 e. Brush finish surfaces immediately after extrusion or slipforming. 14 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 15 7. Expansion joints 16 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 17 intersection returns and other rigid structures. 18 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 19 pavement joints to a depth of 1-1/2 inches. 20 c. Place expansion joints at all intersections with concrete driveways,curbs, 21 buildings and other curb and gutters. 22 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 23 depth of the concrete. 24 e. Make expansion joints perpendicular and at right angles to the face of the curb. 25 f. Neatly trim any expansion material extending above the finished to the surface 26 of the finished work. 27 g. Make expansion joints in the curb and gutter coincide with the concrete 28 expansion joints. 29 h. Longitudinal dowels across the expansion joints in the curb and gutter are 30 required. 31 i. Install 3 No. 4 round, smooth bars,24 inches in length,for dowels at each 32 expansion joint. 33 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 34 provides a minimum of 1 inch free expansion. 35 k. Support dowels by an approved method. 36 D. Curing: see Section 32 13 13. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. Inspections 41 1. Steel reinforcement placement 42 2. Headed bolts and studs 43 3. Verification of use of required design mixture 44 4. Concrete placement, including conveying and depositing 45 5. Curing procedures and maintenance of curing temperature CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 6 1 B. Concrete Tests: Perform testing of fresh concrete sample obtained according to 2 ASTM C 172 with the following requirements: 3 1. Testing Frequency: Obtain 1 fresh concrete sample for each day's pour of each 4 concrete mixture exceeding 5 cubic yard,but less than 150 cubic yard,plus 1 set for 5 each additional 150 cubic yard or fraction thereof. 6 2. Slump: ASTM C143; 1 test at point of placement for each concrete sample,but not 7 less than 1 test for each day's pour of each concrete mixture. Perform additional 8 tests when concrete consistency appears to change. 9 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 10 each sample,but not less than 1 test for each day's pour of each concrete mixture. 11 4. Concrete Temperature: ASTM C 1064; 1 test for each concrete sample. 12 5. Compression Test Specimens: ASTM C31. 13 a. Cast and laboratory cure 3 cylinders for each fresh concrete sample. 14 1) Do not transport field cast cylinders until they have cured for a 15 minimum of 24 hours. 16 6. Compressive-Strength Tests: ASTM C39; 17 a. Test 1 cylinder at 7 days. 18 b. Test 2 cylinders at 28 days. 19 7. Upload test results into Buzzsaw within 48 hours of testing. Reports of 20 compressive-strength tests shall contain Project identification name and number, 21 date of concrete placement,name of concrete tester and inspector,location of 22 concrete batch in Work,design compressive strength at 28 days, concrete mixture 23 proportions and materials,compressive breaking strength, and type of break for 24 both 7-and 28-day tests. 25 8. Additional Tests: Additional tests of concrete shall be made when test results 26 indicate that slump,air entrainment, compressive strengths, or other City 27 specification requirements have not been met. The Lab Services division may 28 conduct or request tests to determine adequacy of concrete by cored cylinders 29 complying with ASTM C42 or by other methods as directed by the Project 30 Manager. 31 a. When the strength level of the concrete for any portion of the structure,as 32 indicated by cylinder tests,falls below the specified requirements,provide 33 improved curing conditions and/or adjustments to the mix design as required to 34 obtain the required strength. If the average strength of the laboratory control 35 cylinders falls so low as to be deemed unacceptable,follow the core test 36 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 37 approved by the Project Engineer.Core sampling and testing shall be at 38 Contractors expense. 39 b. If the results of the core tests indicate that the strength of the structure is 40 inadequate,any replacement, load testing,or strengthening as may be ordered 41 by the Project Engineer shall be provided by the Contractor without cost to the 42 City. 43 9. Additional testing and inspecting,at Contractor's expense,will be performed to 44 determine compliance of replaced or additional work with specified requirements. 45 10. Correct deficiencies in the Work that test reports and inspections indicate does not 46 comply with the Contract Documents. 47 3.8 SYSTEM STARTUP [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 32 1613-6 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 3.9 ADJUSTING [NOT USED] Ala% 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 10/05/2016 Z.Arega Added Subsection 2.2.B.1 and Subsection 3.7 9 1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised October 05,2016 321723-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 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. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot of"Pvmt Marking"installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads,when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing(when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 32 1723-2 PAVEMENT MARKINGS Page 2 of 11 1 1) The work performed and materials furnished in accordance with this Item .r. 2 shall be paid for at the unit price bid per each"Legend"installed for: 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads,when required 8 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Raised Markers 12 a. Measurement 13 1) Measurement for this Item shall be per each Raised Marker installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each"Raised Marker" installed 17 for: 18 a) Various types 19 c. The price bid shall include: 20 1) Installation of Raised Markers 21 2) Surface preparation 22 3) Clean-up 23 4) Testing 24 4. Work Zone Tab Markers 25 a. Measurement 26 1) Measurement for this Item shall be per each Tab Marker installed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each"Tab Marker"installed for: 30 a) Various types 31 c. The price bid shall include: 32 1) Installation of Tab Work Zone Markers 33 5. Fire Lane Markings 34 a. Measurement 35 1) Measurement for this Item shall be per the linear foot. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement" shall be paid for at the 39 unit price bid per linear foot of"Fire Lane Marking" installed. 40 c. The price bid shall include: 41 1) Surface preparation 42 2) Clean-up 43 3) Testing 44 6. Pavement Marking Removal 45 a. Measurement 46 1) Measure for this Item shall be per linear foot. 47 b. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of i I 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement" shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item ... 24 and measured as provided under"Measurement" shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this,Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD).2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 40 4. Federal Highway Administration(FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200,Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220,Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241,Removable Prefabricated Pavement Markings CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of I 1 I f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky .� 36 exposed surface. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color,dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride,calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. -- 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color,dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the Aft.. 2 markings. 3 8) The markings shall be 95 percent free of holes and voids,and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking,as measured above the plane 6 formed by the pavement surface, shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of%inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride,calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES,or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 41 body)round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS-4300. 43 c. The reflective markers shall be plastic,meet or exceed the TxDOT 44 Specification DMS-4200 for high-volume retroreflective raised markers and be 45 available in the following types: 46 1) Type I-C,white body, 1 face reflects white 47 2) Type 11-A-A,yellow body,2 faces reflect amber 48 3) Type II-C-R,white body, 1 face reflects white,the other red 49 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m b <—30 35-50 >_55 2-lane roads with centerline n/a 100 250 markings only 1 All other roads(2) n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/mz/lux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B.When continuous roadway fighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3 - EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt,grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes, no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer,and shall be applied on clean,dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists, it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic,care will be taken to 19 ensure that proper safety precautions are followed, including the use of signs, 20 cones,barricades, flaggers,etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic,hot applied, spray 26 a. This method shall be used to install and replace long lines—centerlines, lane 27 lines,edge lines,turn lanes,and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines, lane 35 lines,and turn lanes. Refer to City Standard Detail Drawings for placement. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2A.A.1 of this Specification. 38 2. Thermoplastic,hot applied,extruded 39 a. This method shall be used to install and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks,stop-lines,and 45 legends. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 321723-10 PAVEMENT MARKINGS Page 10 of 1 I 1 b. If the roadway is being damaged during the marker removal,Work shall be "'N, 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces, such as spalling, shelling,etc.,greater than 6 '/a inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state, and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat, avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method -- 26 a) Use a blasting method such as water blasting, abrasive blasting,water 27 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over,no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges, square ends,and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area, of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 32 17 23-11 PAVEMENT MARKINGS Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 ..b, CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 32 18 16-1 PLAYGROUND PROTECTIVE SURFACING Page 1 of 8 1 SECTION 32 18 16 2 PLAYGROUND PROTECTIVE SURFACING 3 PART 1 —GENERAL 4 1.01 SUMMARY 5 A. Section includes: Resilient playground protective surfacing system. 6 B. Related Requirements: 7 1. Division 01 - General Requirements. 8 2. Section 116813 - Playground Equipment and Structures. 9 3. Section 312326 -Base Course. 10 4. Section 32 1313 - Site Concrete Work. 11 5. Section 33 4000 - Storm Drainage Utilities. 12 1.02 REFERENCES 13 A. American Society for Testing and Materials International (ASTM) - The publications 14 listed below form a part of this Specification to the extent referenced. The 15 publications are referred to in the text by basic designation only. 16 1. ASTM C136 — Standard Test Method for Sieve Analysis of Fine and Coarse 17 Aggregates. 18 2. ASTM D2859—Standard Test Method for Ignition Characteristics of Finished 19 Textile Floor Covering Materials. 20 3. ASTM F355 - Standard Test Method for Shock-Absorbing Properties of 21 Playing Surface Systems and Materials. 22 4. ASTM F1292 — Standard Specification for Impact Attenuation of Surfacing 23 Materials within the Use Zone of Playground Equipment. 24 5. ASTM F1487 — Standard Consumer Safety Performance Specification for 25 Playground Equipment for Public Use. 26 6. ASTM F1951 - Standard Specification for Determination of Accessibility of 27 Surface Systems under and Around Playground Equipment. 28 1.03 DEFINITIONS 29 A. Critical Height: Standard measure of shock attenuation. According to CPSC 30 (Consumer Safety Product Commission)No. 325, critical height is defined as"the fall 31 height below which a life-threatening head injury would not be expected to occur." 32 B. Fall Height: According to ASTM F1487, fall height is defined as "the vertical 33 distance between a designated play surface and the protective surfacing beneath it." 34 The fall height of playground equipment should not exceed the critical height of the 35 protective surfacing beneath it. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 20,2012 32 18 16-2 PLAYGROUND PROTECTIVE SURFACING Page 2 of 8 1 C. Use Zone: As defined by ASTM F1487. 2 D. Certified Playground Safety Inspector(CPSI): According to CCR Title 22 a Certified 3 Playground Safety Inspector shall possess a current Certified Playground Safety 4 Inspector certificate issued by National Playground Safety Institute. 5 1.04 SUBMITTALS 6 A. Shop and Coordination Drawings: Submit layout plans and elevations drawn to scale 7 for the coordination of playground equipment with playground protective surfacing 8 system. Indicate playground equipment locations, use zones, fall heights, extent of 9 protective surfacing, depths of material, and critical heights, sub-base materials, 10 hardware,penetration and edge details, and drainage. 11 B. Color Samples: Submit manufacturer's color charts or 4-inch squares of units 12 (samples) indicating the full range of colors available. 13 C. Product Data: Submit manufacturer's descriptive data and installation instructions. 14 D. Manufacturer's Project References: Submit list of at least five installations where 15 products similar to those specified are installed and have been in successful service 16 for a minimum period of three years. List shall include owner, address of installation, 17 service or maintenance organization, date of installation, contact person, and phone 18 number of the contact person. 19 E. Certificate of Compliance: Submit manufacturer's certificate of compliance 20 indicating materials comply with specified requirements. 21 F. Certified Statement: Submit certified statement indicating that safety tile meets the 22 requirements of ASTM F1292 for a head-first fall from the highest designated play 23 surface of the installed play equipment. 24 G. Certificate of Insurance: Submit in accordance to Article 1.10. 25 H. Maintenance Instructions: Submit maintenance, repair and cleaning instructions. 26 I. Installer Certification: Manufacturer shall submit certified statement indicating the 27 following: 28 1. Installer is trained, approved and/or certified for the installation of the 29 manufacturer's specified playground protective surfacing. 30 2. Installer has at least five years experience installing manufacturer's 31 playground protective surfacing of similar type to that specified. 32 1.05 PERFORMANCE REQUIREMENTS 33 A. Safety: Safety surfacing within playground equipment use zones shall meet or exceed 34 the performance requirements of CPSC and ASTM F1292, that a surface yield both, a 35 peak deceleration of no more that 200g, and a Head Injury Criteria (HIC) value of no 36 more than 1,000g, for a head-first fall from the highest designated play surface of 37 playground equipment installed. The highest designated play surface of playground 38 equipment shall be as specified in Section 11 6813 - Play Field Equipment and 39 Structures. The installer is responsible for obtaining a determination from the — CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 321816-3 PLAYGROUND PROTECTIVE SURFACING Page 3 of 8 1 playground protective surfacing manufacturer of the required product depth to meet 2 the performance requirements for play equipment. 3 B. Accessibility: Playground Protective Surfacing intended to serve as accessible paths 4 of travel for persons with disabilities shall be firm, stable and slip resistant and shall 5 meet the requirements of FED STD 795, 28CFR Part 36, ASTM F1487, ASTM 6 F 1292, and ASTM F 1951. 7 1.06 QUALITY ASSURANCE 8 A. Qualifications: 9 1. Manufacturer: Continuously engaged in manufacturing playground protective 10 surfacing of similar type to that specified, with a minimum of five years 11 successful experience. 12 2. Installer: Shall be approved by manufacturer and shall have a minimum of 13 five years successful experience installing playground protective surfacing of 14 similar type to that specified. 15 B. Regulatory Requirements: 16 1. Accessibility: ADAAG and CBC Chapter 11B. 17 2. U.S. Consumer Product Safety Commission(CPSC)- Handbook for Public 18 Playground Safety, latest edition, U.S. Consumer Product Safety Commission, _ 19 Bethesda, MD 20814 Telephone (301) 504-7923. 20 C. Certifications: Submit certified statement indicating that protective surfacing meets 21 the requirements of ASTM F1292 for a head-first fall from the highest designated 22 play surface of the installed play equipment. The impact attenuating qualities of the 23 protective surfacing system shall not be diminished in the surface areas covering 24 hardware. Testing of product shall include tests conducted over hardware. The 25 statement shall be dated after the Effective Date of the Contract, shall state Contractor 26 name and address, and shall name the Project and location. The statement shall also 27 provide the name, address, and telephone number of the testing agency, the date of 28 the test, and the test results. 29 D. Source Limitations: Provide secondary materials including adhesives, anchoring 30 materials, filler/sealant materials, and repair materials of type and from source 31 recommended by manufacturer. 32 E. Coordination: Coordinate installation of playground protective surfacing with 33 installation of playground equipment, including accurate use zones and fall heights, 34 specified in Section 116813 - Playground Equipment and Structures. 35 1.07 DELIVERY, STORAGE, AND HANDLING 36 A. Deliver manufactured materials in original package with seals unbroken and bearing 37 manufacturer's labels. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 20,2012 32 18 16-4 PLAYGROUND PROTECTIVE SURFACING Page 4 of 8 1 B. Store manufactured materials in a clean, dry location, protected from the weather and — 2 deterioration, and complying with manufacturer's written instructions for minimum 3 and maximum temperature requirements for storage. 4 C. Store units on flat surfaces. 5 1.08 PROJECT CONDITIONS 6 A. Environmental Limitations: Do not install playground protective surfacing over wet 7 or excessively damp substrates if prohibited by manufacturer's written instructions. 8 B. Weather Limitations: Proceed with installation only when existing and forecasted 9 weather conditions permit playground tile system to be installed according to 10 manufacturer's written instructions. 11 C. Field Measurements: Where playground protective surfacing is indicated to fit to 12 other work, verify dimensions of other work by field measurements prior to installing 13 the work of this section. 14 D. Adhesives: 15 1. Install adhesives only when temperatures of surfaces to be adhered to and 16 ambient air temperatures are within range permitted by manufacturer's written 17 instructions. 18 2. Close area to traffic during tile surfacing installation and for time period after 19 installation as recommended by manufacturer. 20 3. Do not install products over concrete slabs until slabs have cured and are 21 sufficiently dry and surfaces are within acceptable pH range to bond with 22 adhesive, as recommended by surfacing manufacturer. 23 E. Playground Safety Tiles 24 1. Install Playground protective surfacing system only when ambient air 25 temperatures during installation and for time period after installation are 26 within range permitted by manufacturer's recommended procedures. 27 2. Close area to traffic during installation. Traffic shall be kept off of surfacing 28 for a time period after installation as recommended by manufacturer. 29 a) For work at existing school sites, Contractor shall install a minimum 6 30 foot high fence at least 10 feet away from area and around perimeter to 31 prevent entry by school students and staff. Gates into area shall be 32 locked when jobsite is unoccupied and materials and associated 33 equipment shall be kept inside of fence when left onsite. 34 3. Protect Playground protective surfacing and accessory materials from damage 35 and exposure to adverse weather conditions. 36 1.10 WARRANTY 37 A. Product and General Liability: Manufacturer of Playground Protective Surfacing 38 System shall provide Owner Certificate of Insurance, covering both product and — CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 18 16-5 PLAYGROUND PROTECTIVE SURFACING Page 5 of 8 -- 1 general liability, of not less than $1,000,000. The issuing underwriter shall be AA 2 rated. 3 B. Materials and Fabrication: 4 1. Manufacturer shall provide Owner written warranty that guarantees cushioned 5 resilient playground protective surfacing system for not less than ten (10) 6 years against defective materials and fabrication. 7 a. Warranty shall include provisions that include, but is not limited to, 8 cracking and shedding. 9 b. Manufacturer shall provide a two year warranty against color fading. 10 2. Installer shall provide Owner a written warranty that guarantees the 11 installation of the cushioned resilient playground protective surfacing system 12 for not less than ten (10) years against defective installation, adhesive failures 13 and a five (5)year warrantee against seam separation.. 14 3. Warranty repairs shall be conducted without cost to Owner. Prorated 15 warranties are not acceptable. 16 D. Performance: Warranty shall guaranty that the cushioned resilient playground 17 protective surfacing system will retain its original impact attenuation rating for a 18 period of not less than ten years and meet performance requirements of ASTM 19 F1292. Impact attenuation rating shall be tested per ASTM F1292 after manufacturer _. 20 replaces tiles or makes repairs. 21 PART 2—PRODUCTS 22 2.01 MANUFACTURERS 23 A. Manufacturer's product shall be approved for use by Owners Office of Environmental 24 Health and Safety. 25 1. SofSurfaces, Sof rile Kroslock. 26 2. Approved Equal. 27 2.02 MATERIALS 28 A. Tiles: 29 1. Resilient, weather-resistant, ultraviolet stable, interlocking, playground 30 protective surfacing made of rubber or PVC. 31 2. Recycled content shall be a minimum of 90 percent total (90% post- 32 consumer). 33 3. Flammability Test, ASTM D2859: Pass, 34 4. Slip resistant, both wet and dry, in conformance to ADAAG. 35 B. Accessories: Made of same material as protective surfacing. ^36 1. Corners: Prefabricated outside and inside corners. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3218 16-6 PLAYGROUND PROTECTIVE SURFACING Page 6 of 8 1 2. Ramps: Prefabricated accessible ramps. 2 3. Edges: Prefabricated bull nose or chamfered edges. 3 C. Geotextile Fabric: UV stabilized, Terrain Product grade 1500, Linq 200, or equal. 4 D. Adhesive: Manufacturer recommended and compatible with protective surfacing 5 system. 6 E. Hardware: Corrosion resistant metal clips, anchors and fasteners. 7 F. Concrete: Per Section 32 1313 - Concrete Paving. 8 PART 3 - EXECUTION 9 3.01 EXAMINATION 10 A. Examine areas and conditions for compliance with requirements for sub-grade, 11 substrate conditions and drainage, for compliance with playground protective 12 surfacing manufacturer's requirements, and other installation conditions affecting 13 performance. 14 B. Hard-Surface Substrates: Verify that substrates are satisfactory for playground 15 protective surfacing installation and that substrate surfaces are dry, cured, and 16 uniformly sloped to drain within recommended tolerances according to playground 17 protective surfacing manufacturer's written requirements for cross-section profile. 18 1. Concrete Substrates: Verify that substrates are dry, free from surface defects, -- 19 and free of laitance, glaze, efflorescence, curing compounds, form-release 20 agents, hardeners, dust, dirt, loose particles, grease, oil, and other 21 contaminants incompatible with playground protective surfacing or that may 22 interfere with adhesive bond. 23 C. Proceed with installation only after unsatisfactory conditions have been corrected. 24 3.02 PREPARATION 25 A. General: Prepare, fill, patch, clean, remove high spots and ridges, and remove 26 incompatible coatings from substrates to receive surfacing products according to 27 playground protective surfacing manufacturer's written recommendations. Verify 28 that substrates are sound and free from high spots, ridges, holes and depressions. 29 B. Concrete Substrates: Provide leveling and patching materials and install according to 30 manufacturer's written instructions. Fill holes and depressions. 31 3.03 INSTALLATION 32 A. General: 33 1. Comply with playground protective surfacing manufacturer's written 34 recommendations. 35 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 18 16-7 PLAYGROUND PROTECTIVE SURFACING Page 7 of 8 — 1 2. Installation of protective surfacing mat must comply with zone requirements 2 of the latest additions of the "Consumer Product Safety Commission — 3 Handbook for Public Playground Safety— Publication No. 325" and ASTM 4 F1487. 5 3. Protective surfacing shall be installed only after the playground equipment 6 and subsurface have been installed and have passed inspection. 7 4. The area to be surfaced shall be void of any depressions that would cause the 8 protective surfacing to lay in an uneven fashion and expose surfacing edges or 9 leave depressions. 10 5. Protective surfacing shall maintain its required thickness for the entire fall 11 zone around the equipment. Tapered edges must begin after the required fall 12 zones are met. 13 B. Above Grade Installation Procedure: 14 1. Protective surfacing shall be installed with a- 6 foot wide by 5 inch deep 15 sidewalk around the entire perimeter to act as an attachment point. 16 2. Depressions shall be filled with"Levelcrete" or equal type product prior to 17 installation of the playground protective surfacing. 18 3. The entire area shall be cleaned and made free from any foreign and/or loose 19 materials. ^20 4. Tapered edges shall not have a slope greater than 1: 12. 21 6. Protective surfacing shall cover foundations and shall fit tightly around 22 elements penetrating the surface. 23 7. At no time shall protective surfacing be installed without specific 24 authorization to proceed from the initiator of the Purchase Order. 25 8. The area where work is being performed shall be made inaccessible to 26 children by the use of 6-foot high chain-link fence with weighted or embedded 27 posts. 28 9. At no time shall materials be stored at a park site. Bring material needed for 29 each day's work and remove non-installed material from the school site at the 30 end of each workday. 31 10. Adhesives will not be allowed on adjacent surfaces. Spills or excess adhesive 32 shall be immediately cleaned up. 33 B. Flush with Grade Installation Procedure: 34 1. Playground protective surfacing shall be installed with a curb down turn 35 around the entire perimeter to act as an attachment point. 36 2. Playground protective surfacing and concrete curbing shall be finished flush 37 with existing grade, except that at no time can the slope of the surfacing 38 exceed one percent. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 18 16-8 PLAYGROUND PROTECTIVE SURFACING Page 8 of 8 1 3. Place appropriate forming on the inside and the outside of the sidewalk. 00. 2 Forming material and installation shall be of sufficient strength to retain wet 3 concrete so as to provide straight surfaces. 4 4. Concrete curbing shall be provided with an expansion/contraction joints not to 5 exceed 20 linear feet, 3' from corners and at ends of curves. 6 4. Expansion/contraction joints: As indicated in the Drawings. 7 5. Depressions shall be filled with"Levelcrete"or equal type product prior to 8 installation of the playground protective surfacing. The entire area shall be 9 cleaned and made free from any foreign and/or loose materials. 10 6. At no time shall protective surfacing be installed without specific 11 authorization to proceed from the initiator of the Purchase Order. 12 7. The area where work is being performed shall be made inaccessible to 13 children by the use of 6 feet high temporary chain-link fence panels with 14 weighted or embedded posts. 15 8. At no time shall materials be stored at a park site. Bring material needed for 16 each day's work and remove non-installed material from the school site at the 17 end of each workday. 18 9. If the slope of the existing grade exceeds 1 percent,then the concrete curbing 19 and safety tile shall be installed at a maximum of 1 percent slope and the 20 curbing will remain above grade. ^. 21 10. Adhesives will not be allowed on adjacent surfaces. Spills or excess adhesive 22 shall be immediately cleaned up. 23 3.04 SITE TESTS 24 A. Upon completion of installation, Contractor shall have surface system tested by an 25 independent testing laboratory in accordance with ASTM F355 and provide 26 certification that installed surfacing meets requirements of ASTM F1292. 27 3.05 CLEANING 28 A. Prevent any type of traffic over system for at least 48 hours after installation. Protect 29 playground surface system until Substantial Completion. 30 B. During installation of adhesively applied products, immediately remove visible 31 adhesive from surfaces as Work progresses. Provide cleaner recommended by 32 playground surface system manufacturer. 33 C. Clean playground surface systems as recommended in writing by playground surface 34 system manufacturer. Provide cleaning materials and procedures recommended in 35 writing by system manufacturer. 36 37 END OF SECTION 38 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 90 19.13-1 LASER GRADING Page 1 of 2 1 SECTION 32 9019.13 2 LASER GRADING 3 PART1 - GENERAL 4 1.1 SECTION INCLUDES 5 A. Final grading of subgrade and surface grades utilizing laser controlled equipment for 6 athletic fields and courts. 7 1.2 RELATED SECTIONS 8 A. Section 32 91 19 -Topsoil 9 B. Section 32 92 13 —Hydromulching, Seeding and Sodding 10 1.3 QUALITY ASSURANCE 11 A. Submit subcontractor qualifications and equipment information demonstrating the 12 successful completion of at least five similar projects utilizing specialized laser 13 controlled construction equipment. 14 B. Required project experience shall involve fine grading of athletic fields. 15 PART 2- PRODUCTS-NOT USED 16 PART 3- EXECUTION 17 3.1 EXAMINATION 18 A. Verify site conditions. 19 B. Verify that survey benchmark and intended elevations for the Work are as indicated. 20 3.2 PREPARATION 21 A. Identify required lines,levels,contours,and datum. 22 B. Protect benchmarks,existing structures and improvements from excavating equipment. 23 C. Prepare soil by removing rocks,clods and foreign matter. 24 3.3 FINISHING AND LASER GRADING 25 A. Establish required subgrades and surface grades using specialized construction 26 equipment with an automatic blade/box control system using an external laser grade 27 reference. 28 B. Final laser graded surface shall be smooth and uniform and shall conform to the 29 required lines, grades and cross sections. 30 3.4 FIELD QUALITY CONTROL 31 A. Verify compliance of finish grading of final field surfaces by conducting a survey of 32 points based on a grid not less than 40 feet square. Include other key points such as at 33 bases pitching rubber and field corners. Submit copy of as-built survey. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 32 90 19.13-2 LASER GRADING Page 2 of 2 1 B. If survey indicates Work does not meet specified requirements,correct Work,and 2 resurvey at no cost to Owner. 3 3.5 SCHEDULE 4 A. Soccer Fields Finish Surface- laser grade topsoil areas to finish grade. 5 END OF SECTION CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised April 30,2013 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the 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 cubic yard 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 SUBMITTALSANFORMATIONAL 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART 2 - 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 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 this Item shall be by the square yard of Block Sod placed. 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 43 a. Measurement CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed(PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing, prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 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 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed,seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate,labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY [NOT USED] 35 PART 2- PRODUCTS [NOT USED] 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3292 13-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties(match existing if applicable) 3 1) "Stenotaphrum secundatum" (St.Augustine grass) 4 2) "Cynodon dactylon"(Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades,rhizomes and roots. 9 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St.Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and rolled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed(PLS) 25 a) Pure Live Seed(PLS)determined using the formula: 26 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 27 Percent Firm or Hard Seed)+ 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability may be 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) Johnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 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 42 43 2) Plant between September 10 and April 15 44 .�. Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 220 Rye Grass folium multiorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 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 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 10 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 11 *not to be planted within ten feet of a road or parking lot or within three feet of a 12 walkway 13 14 e. Temporary Erosion Control Seed 15 1) Consist of the sowing of cool season plant seeds. 16 3. Mulch 17 a. For use with conventional mechanical or hydraulic planting of seed. 18 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 19 (waste products from paper mills or recycled newspaper). 20 c. No growth or germination inhibiting factors. 21 d. No more than ten percent moisture,air dry weight basis. 22 e. Additives: binder in powder form. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 ` 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas- 100 pounds of nitrogen per acre 11 3) Established seeding areas- 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19. 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex P' from American Excelsior,900 Ave. H East,Post Office Box 5624, 17 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including: 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots,brush,wire, stakes,etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line"of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 41 2. Installation CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating, hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 9 slope. 10 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 11 firm earth in areas that may slide due to the height or slope of the surface or 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering/irrigation,water truck or by any other method necessary to achieve 16 an acceptable stand of turf as defined in 3.13.B. 17 b. Thoroughly water sod immediately after planted. 18 c. Water until established. 19 d. Generally,an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable,plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval. 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 1) Scalp existing grasses to 1 inch 34 2) Remove grass clippings, so seed can make contact with the soil. 35 3. Mechanically Seeding(Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 43 of the "Cultipacker"type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter-like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering/irrigation,water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally, an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] -- 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil)and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. — 2 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 5 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-1 TREES AND SHRUBS Page I of 17 1 SECTION 32 93 43 2 TREES AND SHRUBS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub("plants")planting within street right-of-way and easements and 7 establishment requirements. 8 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 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 31 10 00—Site Clearing 15 4. Section 32 92 13 -Hydromulching, Seeding and Sodding 16 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways 17 1.2 PRICE AND PAYMENT PROCEDURES ' 18 A. Measurement and Payment 19 1. Plant Tree 20 1. Measurement 21 1) Measurement for this Item shall be per each by caliper inch. 22 2. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per each tree to be planted by caliper inch. 26 3. The price bid shall include: 27 1) Furnishing, installing and establishing trees 28 2) Hauling 29 3) Grading and backfilling 30 4) Excavation 31 5) Fertilization 32 6) Water 33 7) Removing and disposing of surplus material 34 8) Maintenance and replacement during Establishment Period and Warranty 35 Period 36 9) Removal of Stakes prior to Establishment Period Inspection 37 2. Shrubs and Groundcover 38 1. Measurement 39 1) Measurement for this Item shall be per each. 40 2. Payment CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-2 TREES AND SHRUBS Page 2 of 17 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per shrub and groundcover. 4 3. The price bid shall include: 5 1) Furnishing, installing and establishing shrubs and groundcover 6 2) Hauling 7 3) Grading and backfilling 8 4) Excavation 9 5) Fertilization 10 6) Water 11 7) Removing and disposing of surplus material 12 8) Maintenance and replacement during Establishment and Warranty Period 13 1.3 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this specification refer to the current reference standard 16 published at the time of the latest revision date logged at the end of this 17 specification, unless a date is specifically cited. 18 2. American National Standards Institute(ANSI): 19 1. ANSI Z60.1,American Standard for Nursery Stock 20 3. Hortus Third,The Staff of the L.H.Bailey Hortorium. 1976. MacMillan Publishing 21 Co.,New York. 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 ACTION SUBMITTALS [NOT USED] ~ 24 1.6 INFORMATIONAL SUBMITTALS 25 A. Tree data: Submit certification from supplier that each type of tree conforms to 26 specification requirements. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Coordination 31 1. Coordinate with City Forester prior to beginning construction activities adjacent to 32 or that will impact existing trees and shrubs. 33 B. Qualifications 34 1. Landscaper specialized in landscape and planting work 35 C. Substitutions 36 1. Not permitted unless approved by City when specified planting material is not 37 obtainable 38 1. Submit proof of non-availability together with proposal for use of equivalent 39 material. 40 2. Substitutions of larger size or better grade than specified will be allowed upon 41 approval by City Forester,but with no increase in unit price. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-3 TREES AND SHRUBS Page 3 of 17 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Do not remove container grown stock from containers before time of planting. 3 B. Delivery and Acceptance Requirements 4 1. Ship trees with Certificates of Inspection as required by governing authorities. 5 2. Label each tree and shrub with securely attached waterproof tag bearing legible 6 designation of botanical and common name. 7 3. Use protective covering during delivery. 8 4. Deliver packaged materials in fully labeled original containers showing weight, 9 analysis and name of manufacturer. 10 C. Storage and Handling Requirements 11 1. Protect materials from deterioration during delivery,and while stored at Site. 12 2. Do not prune prior to installation. 13 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark,break 14 branches,or destroy natural shape. 15 1.11 FIELD CONDITIONS [NOT USED] 16 1.12 WARRANTY 17 A. Warranty Period: at all times after planting and for the duration of the Establishment 18 Period and for one year beyond the Establishment Period. 19 1. Warranty Period for Landscaping ends same time as warranty period for overall 20 project. 21 B. Contractor shall warrant plants against defects including: 22 1. Death 23 2. Unsatisfactory growth 24 3. Loss of shape due to improper pruning,watering,maintenance or weather 25 conditions. 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 1. General 30 1. Plants shall be true to species and variety specified, grown under climatic 31 conditions similar to those in the locality of the project for at least 2 years and 32 have been freshly dug during the most recent favorable harvest season. 33 2. All plant names and descriptions are as defined in Hortus Third. 34 3. All plants are to be grown and harvested in accordance with the American 35 Standard for Nursery Stock. 36 4. Unless approved by the City Forester,plants shall have been grown in a latitude 37 not more than 200 miles north or south of the latitude of the project unless the 38 provenance of the plant can be documented to be compatible with the latitude 39 and cold hardiness zone of the planting location. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-4 TREES AND SHRUBS Page 4 of 17 1 5. All plant materials must be approved by the City prior to purchasing materials. 2 City may inspect nursery or ask for other documentation prior to acceptance of 3 materials 4 2. Trees .J , r Acceptable Unacceptable 5 Figure 1: Main Leader 6 7 1. Provide container grown trees which are straight and symmetrical and have 8 persistently preferred main leader. See Figure 1 for reference. 9 Mark the tree's north orientation in the nursery for all deciduous trees grown in 10 the field with a 1-inch diameter spot of white paint on the tree trunk within the 11 bottom twelve inches of the trunk. 12 2. Crown shall be in good overall proportion to entire height of tree with 13 branching configuration. Tree shall have crown height that is roughly 2/3 of the 14 overall height. An acceptable tree shall not have the crown begin above half the 15 height of the tree. See Figure 2 for Crown Height. For recommended height of 16 trees refer to the tables in Section 2 of ANSI Z60.1 for type and species 17 specified. 18 t b- Ia eter (D (D 19 Figure 2:Crown Height CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-5 TREES AND SHRUBS Page 5 of 17 1 2 3. Trees designated as balled and burlapped(B&B)shall be properly dug with 3 firm,natural balls of soil retaining as many fibrous roots as possible, in sizes and 4 shapes as specified in the American Standard for Nursery Stock. Balls shall be 5 firmly wrapped with nonsynthetic,rottable burlap and secured with nails and 6 heavy,nonsynthetic,rottable twine. The root collar shall be apparent at surface 7 of ball. Trees with loose, broken,processed, or manufactured root balls will not 8 be accepted,except with special written approval before planting. Burlap to be 9 removed from top 1/3 of rootball when planted. 10 4. Where clump is specified,furnish plant having minimum of three stems 11 originating from common base at ground line. 12 5. Measure trees by average caliper of trunk as follows: 13 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 14 above top of root ball. 15 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 16 ball. 17 3) Caliper measurements 18 a) By diameter tape measure 19 b) Indicated calipers on Drawings are minimum 20 c) Averaging of plant caliber: not permitted 21 6. Trees shall conform to following requirements: 22 1) Healthy 23 2) Vigorous stock 24 3) Grown in recognized nursery -- 25 4) Free of. 26 a) Disease 27 b) Insects 28 c) Eggs 29 d) Larvae 30 e) Defects such as: 31 (1) Knots 32 (2) Sun-scald 33 (3) Injuries 34 (4) Abrasions 35 (5) Disfigurement 36 (6) Borers and infestations 37 3. Soil Products 38 1. Topsoil: See 32 91 19. 39 2. Peat moss and fertilizer: Use material recommended by City Forester for 40 establishment of healthy stock after replanting. 41 3. All planting beds to be top dressed with a minimum of 3" "Rustic Cut 42 Hardwood Mulch"by Soil Building Solutions(or approved equal)and meet the 43 following conditions 44 1) pH: 6.5-8.5 45 2) It shall be free of man-made foreign matter, lumber,treated materials, 46 pallets, grass and leaves. 47 3) No particle size should exceed 3.5" in length. 48 4. All landscape bed areas to be prepared using 'Ready to Plant Bedding Mix"by 49 Soil Building Solutions(or approved equal)and meet the following conditions CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-6 TREES AND SHRUBS Page 6 of 17 1 1) It shall be a mixture of 50%compost with 50% screened and weed-free Am&. 2 native soil and screened sharp sand. 3 2) 98.5%of the planting bed soil particles will pass through a 1/2 inch screen 4 and 99%or more shall pass through a 3/4 inch screen. 5 3) Color will be a medium brown with a weight of 1900-2250 tbs.per cubic 6 yard(depending on the moisture content.) 7 4) Install to depths per planting details(8"depth min.) 8 5) Finished grades of planting beds to be 2" below finished grade of adjacent 9 paving or as shown on grading plan. 10 4. Stakes and Guys 11 1. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 12 2. Where applicable for anchoring trees, use wood deadmen: 13 1) Minimum: 2-inch by 4-inch stock 14 2) Minimum: 36 inches long and buried 3 feet. 15 3) Provide white surveyor's plastic tape for flagging tree guys. 16 5. Tree Wrap, Twine and Seal 17 1. Wrap 18 1) First quality 19 2) Bituminous impregnated tape 20 3) Corrugated or crepe paper,specifically manufactured for tree wrapping and 21 having qualities to resist insect infestation 22 2. Twine 23 1) Lightly tarred,medium-coarse sisal(lath)yarn 24 2) Do not use nails or staples to fasten wrapping 25 3. Seal: Commercially available tree wound dressing specifically produced for use 26 in sealing tree cuts and wounds 27 6. Water: clean and free of industrial wastes or other substances harmful to the growth 28 of the tree 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL 31 A. Notify City,prior to installation, of location where trees that have been selected for 32 planting may be inspected. 33 B. Plant material will be inspected for compliance with following requirements. 34 1. Genus, species,variety, size and quality 35 2. Size and condition of balls and root systems, insects,injuries and latent defects 36 PART 3- EXECUTION [NOT USED] 37 3.1 INSTALLERS [NOT USED] 38 3.2 EXAMINATION [NOT USED] 39 3.3 PREPARATION 40 A. General 41 Protect structures,utilities, sidewalks,pavements,and other facilities and turf areas 42 and existing plants from damage caused by planting operations. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-7 TREES AND SHRUBS Page 7 of 17 1 B. Install erosion-control measures to prevent erosion or displacement of soils and 2 discharge of soil bearing. 3 C. Lay out individual tree and shrub locations and areas for multiple plantings. Stake 4 locations,outline areas,adjust locations when requested,and obtain Architect's 5 acceptance of layout before excavating or planting. Make minor adjustments as required. 6 D. Lay out plants at locations directed by Architect. Stake locations of individual trees and 7 shrubs and outline areas for multiple plantings. 8 E. Apply anti-desiccant to trees and shrubs using power spray to provide an adequate film 9 over trunks(before wrapping), branches, stems,twigs,and foliage to protect during 10 digging,handling,and transportation. 11 F. Water runoff or airborne dust to adjacent properties and walkways Schedule work so 12 that planting can proceed rapidly as portions of site become available. 13 G. Plant trees after final grades are established and prior to seeding or sodding. 14 H. When planting of trees occurs after seeding work,protect seeded areas and promptly 15 repair damage to seeded areas resulting from tree planting operations in compliance with 16 requirements of Section 32 92 13. 17 1. Layout individual trees at locations shown on Drawings. 18 J. In case of conflicts,notify City before proceeding with work. 19 K. Stake trees for City approval. 20 L. Preparation of Planting Soil 21 1. Before mixing, clean topsoil of roots,plants, sod, stones,clay lumps,and other 22 extraneous materials harmful or toxic to plant growth. rt 23 2. Strip and utilize 4 inch layer of top soil from existing ground. 24 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 25 within 48 hours. 26 4. Incorporate amendments into soil as part of soil preparation process prior to fine 27 grading, fertilizing, and planting. 28 5. Broadcast or spread amendments evenly at specified rate over planting area. 29 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 30 amendments are pulverized and have become homogeneous layer of topsoil ready 31 for planting. 32 3.4 INSTALLATION 33 A. Planting Area Establishment 34 Loosen subgrade of planting areas to a minimum depth of 6 inches. Remove stones 35 larger than 1 inch in any dimension and sticks,roots,rubbish, and other extraneous 36 matter and legally dispose of them off Owner's property. 37 38 1. Spread topsoil,apply soil amendments and fertilizer on surface,and thoroughly 39 blend planting soil. Delay mixing fertilizer with planting soil if planting will not 40 proceed within a few days. 41 42 2. Spread planting soil to a depth of 6 inches but not less than required to meet finish 43 grades after natural settlement. Do not spread if planting soil or subgrade is frozen, 44 muddy, or excessively wet. Spread approximately one-half the thickness of planting 45 soil over loosened subgrade.Mix thoroughly into top 2 inches of subgrade. Spread 46 remainder of planting soil. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-8 TREES AND SHRUBS Page 8 of 17 1 "~ 2 B.Finish Grading: 3 Grade planting areas to a smooth,uniform surface plane with loose,uniformly fine 4 texture. Roll and rake,remove ridges,and fill depressions to meet finish grades. Finish 5 Grade shall be below finish grade of building for proper drainage away from building. 6 7 1. Before planting,obtain Architect's/Engineer's or City Agent's acceptance of finish 8 grading; once that approval is granted,then the Contractor may install the 9 plantings. Please note any planting installed prior to finish grading approval are 10 subject to rejection. Once plantings are installed restore planting areas if eroded or 11 otherwise disturbed to finished grade. 12 2. Application of Mycorrhizal Fungi:At time directed by Architect/Engineer or City 13 Agent,broadcast dry product uniformly over prepared soil at application rate 14 indicated on Drawings. 15 3. Excavate pits, beds,or trenches with vertical sides and with bottom of excavation 16 raised minimum of 6 inches at center for proper drainage. 17 2. Provide following minimum widths: 18 1. 15 gallon containers or larger,2 feet wider than diameter of root ball 19 2. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 20 3. When conditions detrimental to plant growth are encountered, such as 21 unsatisfactory soil,obstructions,or adverse drainage conditions,notify City before 22 planting. 23 4. Deliver trees after preparations for planting have been completed and plant 24 immediately. 25 5. When planting is delayed more than 6 hours after delivery 26 1. Set trees and shrubs in shade. 27 2. Protect from weather and mechanical damage. 28 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of 29 retaining moisture, and water as needed. 30 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 31 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 32 lever in positioning or moving the tree in the planting area. 33 7. Remove plastic,paper,or fibrous pots from the containerized plant material. Pull 34 roots out of the root mat,and cut circling roots with a sharp knife.Loosen the 35 potting medium and shake away from the root mat. Immediately after removing the 36 container,install the plant such that the roots do not dry out. Pack planting mix 37 around the exposed roots while planting. 38 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 39 Remove burlap or cloth wrapping and any wire baskets from around top half of 40 balls.Do not turn under and bury portions of burlap at top of ball. Set balled and 41 burlapped trees in the hole with the north marker facing north. 42 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 43 10. Place plants at level that,after settlement,natural relationship of plant crown with 44 ground surface will be established. 45 11. When set,place additional backfill around base and sides of ball,and work each 46 layer to settle backfill and eliminate voids and air pockets. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-9 TREES AND SHRUBS Page 9 of 17 r 1 12. When excavation is approximately 2/3 full,water thoroughly before placing 2 remainder of backfill. 3 13. Repeat watering until no more water is absorbed. 4 14. Dish top of backfill to allow for mulching. 5 15. Mulch pits,trenches and planted areas. 6 All trees, shrubs and other plantings will be mulched with mulch previously 7 approved by the City Forester.The mulch on trees and shrubs shall be to the 8 depths shown on the drawing. Mulch must not be placed within 3 inches of the 9 trunks of trees and shrubs. 10 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level 11 with adjacent finish grades. 12 17. Cover entire root ball. 13 18. Prune 14 1. Plants shall not be heavily pruned at the time of planting.Pruning is required at 15 planting to correct defects in the tree structure,including removal of injured 16 branches,double leaders,watersprouts, suckers,and interfering branches. 17 Healthy lower branches and interior small twigs should not be removed except 18 as necessary to clear walks and roads.In no case should more than 1/4 of the 19 branching structure be removed. Retain the normal shape of the plant. 20 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean 21 and smooth,with the bark intact with no rough edges or tears. 22 3. Except in circumstances dictated by the needs of specific pruning practices,tree 23 paint shall not be used. The use of tree paint shall be only upon approval of the 24 City Forester.Tree paint,when required, shall be paint specifically formulated 25 and manufactured for horticultural use. 26 19. Prune trees to retain required height and spread. 27 20. Do not cut tree leaders,and remove only injured and dead branches from flowering 28 trees. 29 21. Remove and replace excessively pruned or misformed stock resulting from 30 improper pruning. 31 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 32 corrective measures. 33 23. Guy and stake trees immediately after planting. 34 B. Moving Existing Trees 35 1. Coordinate tree moving and replanting with City Forester during dormant growth 36 season. 37 2. Provide tree spade of adequate size as directed by City Forester. 38 39 3.5 GROUND COVER AND PLANT PLANTING 40 A. Prior to installation mark all tree location and planting locations with paint and contact 41 the Architect/Engineer or City Agent for approval. Any plantings installed without an 42 approved location will be subject to rejection by Agent and plantings may be required 43 to be replaced and relocated at no cost to the City. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 93 43-10 TREES AND SHRUBS Page 10 of 17 1 B. City to inspect all plantings prior to installation. Contractor must schedule an 2 inspection with City Agent 10 business days prior to delivery.Any canceled 3 inspection will require minimum 3 business day notice for rescheduling. 4 C. Before planting,verify that root flare is visible at top of root ball according to ANSI 5 Z60.1.If root flare is not visible,remove soil in a level manner from the root ball to 6 where the top-most root emerges from the trunk. After soil removal to expose the root 7 flare,verify that root ball still meets size requirements. 8 D. Remove stem girdling roots and kinked roots. Remove injured roots by cutting 9 cleanly; do not break. 10 E. Set container-grown stock plumb and in center of planting pit or trench with root flare 11 2 inches above adjacent finish grades. 12 F. Use planting soil planting plan for backfill. 13 G. Carefully remove root ball from container without damaging root ball or plant. 14 H. Backfill around root ball in layers,tamping to settle soil and eliminate voids and air 15 pockets. 16 1. When planting pit is approximately one-half filled,water thoroughly before placing 17 remainder of backfill. Repeat watering until no more water is absorbed. 18 J. Place planting tablets in each planting pit when pit is approximately one-half filled; in 19 amounts recommended in soil reports from soil-testing laboratory.Place tablets beside 20 the root ball about 1 inch from root tips;do not place tablets in bottom of the hole. 21 K. Continue backfilling process. Water again after placing and tamping final layer of soil. 22 L. When planting on slopes, set the plant so the root flare on the uphill side is flush with 23 the surrounding soil on the slope;the edge of the root ball on the downhill side will be 24 above the surrounding soil. See Figure 3. Mulch Root Ball Backfill 25 26 Figure 3: Planting on a slope 27 M. Apply enough soil to cover the downhill side of the root ball. 28 N. Excavate pits,beds, or trenches with vertical sides and with bottom of excavation 29 raised minimum of 6 inches at center for proper drainage. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-11 TREES AND SHRUBS Page 11 of 17 1 O. Provide following minimum widths: 2 1. 15 gallon containers or larger,2 feet wider than diameter of root ball 3 2. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 4 P. When conditions detrimental to plant growth are encountered, such as unsatisfactory 5 soil, obstructions,or adverse drainage conditions, notify City before planting. 6 Q. Deliver trees after preparations for planting have been completed and plant 7 immediately. 8 R. When planting is delayed more than 6 hours after delivery 9 1. Set trees and shrubs in shade. 10 2. Protect from weather and mechanical damage. 11 3. Keep roots moist by covering with mulch,burlap,or other acceptable means of 12 retaining moisture,and water as needed. 13 S. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 14 sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in 15 positioning or moving the tree in the planting area. 16 T. Remove plastic,paper,or fibrous pots from the containerized plant material. Pull roots 17 out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium 18 and shake away from the root mat. Immediately after removing the container, install the 19 plant such that the roots do not dry out. Pack planting mix around the exposed roots 20 while planting. 21 U. Cut ropes or strings from the top of root balls and trees after plant has been set. -- 22 Remove burlap or cloth wrapping and any wire baskets from around top half of balls. 23 Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped 24 trees in the hole with the north marker facing north. 25 V. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 26 W. Place plants at level that,after settlement,natural relationship of plant crown with 27 ground surface will be established. 28 X. When set,place additional backfill around base and sides of ball,and work each layer 29 to settle backfill and eliminate voids and air pockets. 30 Y. When excavation is approximately 2/3 full,water thoroughly before placing remainder 31 of backfill. 32 Z. Repeat watering until no more water is absorbed. 33 Dish top of backfill to allow for mulching. 34 1. Mulch pits,trenches and planted areas. 35 All trees, shrubs and other plantings will be mulched with mulch previously 36 approved by the City Forester.The mulch on trees and shrubs shall be to the 37 depths shown on the drawing.Mulch must not be placed within 3 inches of the 38 trunks of trees and shrubs. 39 2. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level 40 with adjacent finish grades. 41 3. Cover entire root ball. 42 4. Prune CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-12 TREES AND SHRUBS Page 12 of 17 1 1. Plants shall not be heavily pruned at the time of planting.Pruning is required at 2 planting to correct defects in the tree structure, including removal of injured 3 branches,double leaders,watersprouts, suckers,and interfering branches. 4 Healthy lower branches and interior small twigs should not be removed except 5 as necessary to clear walks and roads. In no case should more than 1/4 of the 6 branching structure be removed. Retain the normal shape of the plant. 7 2. All pruning shall be completed using clean sharp tools.All cuts shall be clean 8 and smooth,with the bark intact with no rough edges or tears. 9 3. Except in circumstances dictated by the needs of specific pruning practices, tree 10 paint shall not be used. The use of tree paint shall be only upon approval of the 11 City Forester. Tree paint,when required, shall be paint specifically formulated 12 and manufactured for horticultural use. 13 5. Prune trees to retain required height and spread. 14 6. Do not cut tree leaders,and remove only injured and dead branches from flowering 15 trees. 16 7. Remove and replace excessively pruned or misformed stock resulting from 17 improper pruning. 18 8. Inspect tree trunks for injury, improper pruning and insect infestation and take 19 corrective measures. 20 9. Guy and stake trees immediately after planting. 21 AA. Moving Existing Trees 22 1. Coordinate tree moving and replanting with City Forester during dormant growth 23 season. 24 BB.Provide tree spade of adequate size as directed by City Forester. 25 3.6 REPAIR/RESTORATION [NOT USED] 26 3.7 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. City may reject unsatisfactory or defective material at anytime during progress of 29 work. 30 B. Remove rejected trees immediately from site and replace with specified materials. 31 C. Plant material not installed in accordance with these Specifications will be rejected. 32 D. After planting and prior to the Establishment Period,the contractor is responsible for 33 all maintenance and work to be performed. The Contractor is responsible for any 34 landscaping items that die prior to the end of Establishment Period. 35 E. A Final Inspection shall be scheduled between the City and Contractor prior to 36 acceptance and the beginning of the Establishment Period for the landscaping. This can 37 be together or separate from the Final Inspection for the overall project. A punch list 38 will made of landscaping items to replace. Upon completion of the punch list,the 39 contractor shall submit in writing that the punch list has been complete and is ready for 40 the establishment period to begin,email is acceptable. The establishment period shall 41 begin upon written confirmation from the City that the punch list is complete,email is 42 acceptable,or 10 business days after Contractor has submitted completion of punch list 43 in writing. •� CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 93 43-13 TREES AND SHRUBS Page 13 of 17 1 1. During the Establishment Period the contractor is responsible for all maintenance 2 and work to be performed. The Contractor is responsible for any landscaping items 3 that die during the Establishment period. 4 F. An inspection to determine acceptance will be conducted by City at end of the 5 Establishment Period. A punch list will be made of landscaping items to replace. Upon 6 completion of the punch list,the contractor shall submit in writing that the punch list 7 has been complete and is ready for the warranty period to begin,email is acceptable. 8 The warranty period shall begin upon written confirmation from the City that the punch 9 list is complete, email is acceptable, or 10 business days after Contractor has submitted 10 completion of punch list in writing. 11 1. During the Warranty Period the City is responsible for all maintenance and work to 12 be performed. The Contractor is responsible for replacement of any landscaping 13 items that die during the warranty period not caused by the following factors; lack 14 of water, lack of maintenance, impact from vehicle, severe weather. 15 G. Warranty periods provided for in paragraph 1.12A. 16 1. An inspection to determine final project acceptance will be conducted by the City at 17 the end of the Warranty Period. A punch list will be made of landscaping items to 18 replace. Upon completion of the punch list,the contractor shall submit in writing 19 that the punch list has been complete and is ready for the warranty period to end, 20 email is acceptable. The warranty period shall end upon written confirmation from 21 the City that the punch list is complete,email is acceptable,or 10 business days 22 after Contractor has submitted completion of punch list in writing. 23 2. After Warranty Period has ended,the City accepts all maintenance,work and 24 responsibility for all Landscaping Items. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING 28 A. During planting work,keep pavements clean and work area in orderly condition. 29 B. Dispose of excess soil and waste in approved location. 30 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not 31 be permitted. 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION 34 A. Protect planting work and materials from damage due to planting operations. 35 B. Maintain protection during installation and maintenance period. 36 C. Treat, repair,or replace damaged planting work. 37 3.13 ESTABLISHMENT 38 A. Establishment Period shall be 12 months after verification of satisfactory installation 39 of plants. 40 B. During the Establishment Period if a work schedule and frequency are not shown on 41 the Drawings,perform the minimum requirements shown below: CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 93 43-14 TREES AND SHRUBS Page 14 of 17 1 �- 2 1. General: 3 a.) The Contractor shall furnish all labor, materials, supplies and equipment 4 required to establish,maintain and protect the planted and seeded areas, for a 5 one year plant establishment period from date of acceptance of the initial 6 planting operations. However,maintenance activities shall commence 7 immediately after each item is planted or when areas have been seeded. 8 9 b.) The Contractor shall supply a maintenance schedule to the Engineer,thirty(30) 10 days prior to the inspection prior to the Establishment Period. The Contractor 11 shall be responsible for protection of this work during the Establishment period, 12 and shall repair and replace all materials and seeded areas damaged within the 13 scope of the Work. 14 15 c.) Turf shall be maintained with a finished mower and mowed on a minimum 14- 16 21 day mowing cycle unless otherwise specified by the City. 17 18 a. Mow height shall be 3"-4" finish mowers. 19 20 2. Watering 21 22 a.) A proposed watering schedule shall be submitted to the Engineer thirty(30) 23 days prior to installation of plant materials. The Contractor shall deep water 24 all trees and shrubs,providing water penetration throughout the root zone to 25 the full depth of the planting pits. ..� 26 27 b.) The Contractor shall deep water all trees and shrubs twice a week during the 28 maintenance period. Watering shall cease at first hard frost in the fall and 29 shall resume upon ground thaw in the spring. 30 31 c.) If at any time during the maintenance period weather conditions(such as 32 extended period with no rain or continuous drying winds)cause the plant 33 root zone to dry out,the Engineer may direct the Contractor to deep water all 34 trees and shrubs. Contractor shall provide supplemental watering 35 immediately at no additional cost to the Municipality. 36 37 d.) Water application shall be applied at a rate that will provide moisture 38 penetration throughout the entire root zone with a minimum of water run-off. 39 Should soil conditions be encountered that are not conducive to water 40 absorption,the Contractor shall take whatever corrective actions that may be 41 required to correct this condition,without additional cost to the Owner. 42 43 e.) Turf, seeded, bulb areas and annual flower beds shall be watered at such 44 frequency as weather conditions require to maintain soil moisture within the 45 root zone. When establishing turf and seeded areas,the soil shall be watered 46 often enough to maintain a moist seedbed to promote healthy seed 47 germination resulting in an even and uniform coverage. 48 49 3. Pruning ._. CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-15 TREES AND SHRUBS Page 15 of 17 2 a.) Pruning shall only be conducted for repair or as specified by the Engineer. 3 Pruning shall conform to ANSI 300 Standards and shall be done by a certified 4 arborist. Dead, broken or damaged branches may be pruned at any time. 5 Pruning for form shall begin the year after installation. No tree shall be topped. 6 Any tree damaged by improper pruning shall be replaced by the Contractor. 7 8 4. Staking and Guying 9 10 a.) Stakes and guys, where used,are to be inspected and adjusted as necessary 11 throughout the Establishment Period to prevent girdling of trunks or branches, 12 and to prevent rubbing that causes bark wounds. Damaged or missing tree 13 stakes shall be immediately replaced by the Contractor at no additional cost to 14 the Owner. Stakes shall be removed prior to the end of the Establishment 15 Period. 16 17 5. Plant Repair and Replacement 18 19 a.) The Contractor shall repair/replace damaged plant materials,regardless of 20 cause, immediately. If City Agent inspects site and notice dead plant material. 21 The contractor shall have 15 business days to replace planting regardless of 22 cause and then notify City of replacement for acceptance and inspection. The 23 Contractor shall catalog all replacement as extended warranties may be required 24 prior to Warranty Period inspection. Repair shall include pruning,guying, 25 staking, etc.,as necessary. Should repair of plant materials reduce their 26 acceptance to less than minimum specified conditions,the Contractor shall 27 replace plants with specified plant replacements at no additional cost to the 28 Owner. 29 30 6. Fertilization 31 32 a.) If the constitution or maintenance period extends into a second growing season, 33 up to three representative soil tests from the project site shall be taken by the 34 Contractor and submitted to an approved testing lab for fertility testing and 35 submitted to the City within 7 business days unless otherwise agreed upon by 36 City Agent. The results of these tests and recommendations for fertilization 37 and limestone application shall be provided to the Engineer and will be the 38 basis for establishing required application rates. All necessary applications 39 shall be completed 30 days prior to the Establishment Period beginning. 40 41 b.) Formulations will vary according to size. 42 43 44 45 46 47 48 CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 32 93 43-16 TREES AND SHRUBS Page 16 of 17 1 7. Diseases and Pests 2 3 a.) The Contractor shall coordinate with the Engineer in the event that disease 4 invasive plant infestation,or pest problems are observed on plants within a 5 Project area. The Contractor and the Engineer shall formulate an Integrated 6 Pest Management program to control the disease, invasive plants, or pests. The 7 IPM program can use biological physical,cultural,mechanical,behavioral, and 8 chemical methods to resolve the issue. Chemical pesticides are to be used only 9 when other options are not feasible or effective. If pesticides are used,the least 10 toxic pesticide to accomplish the task shall be used. 11 12 b.) The Contractor shall apply all materials in complete compliance with all State, 13 Federal,and Local regulations,and shall supply the Engineer written proof of 14 their safety and acceptability by State, Federal and Local jurisdictions. 15 16 c.) In the event a"restricted use"pesticide is to be applied,the Contractor shall 17 obtain appropriate permits and certifications(according to current Pesticide 18 Control)from the State of Texas,governing entity. Proof of certification shall 19 be transmitted to the Engineer prior to application of the chemicals. 20 21 8. Weeding 22 23 a.) The Contractor shall maintain all areas in a weed-free condition. Weed 24 removal shall be a routine maintenance activity. 25 26 9. Cleanup 27 28 b.) The Contractor shall keep the project site clean and free of all trash and excess 29 equipment,materials,rubbish, including tags,wire,burlap,ribbon,and all 30 debris found within the Project limits, including all roads and trails utilized 31 during Construction. Cleanup will be one of the conditions to be met prior to 32 acceptance of landscape installation and Final Acceptance. 33 34 10. Other Tree and Shrub Maintenance 35 36 a.) To protect coniferous trees during the winter from excessive desiccation,apply 37 an anti-desiccant such as"Wilt-Pruf'(or approved equal)prior to the winter 38 shut-down period. Complete coverage of all foliage is required. 39 40 11. Inspection 41 42 a.) The Engineer shall make periodic maintenance inspections of the work. All 43 deficiencies noted shall be corrected within fifteen(15)calendar days from 44 written notice, at no additional cost to the Owner. All delays beyond the 45 fifteen-day period shall result in an equal number of days added to the one 46 year plant establishment period. 47 48 CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 329343-17 TREES AND SHRUBS Page 17 of 17 I C. Failure of Contractor to perform during the Establishment Period shall entitle the City 2 to make demand on Contractor and/or its Surety under either the Performance Bond or 3 Maintenance Bond. 4 5 D. The replacement of a Landscaping item shall require a 3 month Replacement 6 Establishment Period,regardless of proximity to the end of the original Establishment 7 Period. If an item in the irrigation controller box is replaced,any landscape items 8 impacted by that irrigation controller will require a 3 month Replacement Establishment 9 period,regardless of proximity to the end of the original Establishment Period. 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION CITY OF FORT WORTH Bunche Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3305 10-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page I of 20 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 30 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 3125 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13—Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 20 1 1. Trench Excavation,Embedment and Backfill associated with the installation of an r-. 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings. The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control" 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 20 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards(29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards(29 CFR Part 1926.650 Subpart P), including,but not 12 limited to, all submittals, labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 17 noted. 18 2. Definitions for trench width,backfill,embedment, initial backfill,pipe zone, 19 haunching bedding, springline,pipe zone and foundation are defined as shown in 20 the following schematic: PAVED"AREAS UNPAVED AREAS Q m � J Q W INITIAL BACKFILL / \ 0 m SPRINGLINE ----- W MUNCHING f � BEDDING 7 FOUNDATION OD CLEARANCE EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification, unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods(Shallow Depth) 35 1. ASTM 3017-Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 in. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction, Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance,excluding weekends 46 and holidays,before starting excavation. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 20 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control, if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the y 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 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 26 A. Storage 27 1. Within Existing Rights-of-Way(ROW) 28 a. Spoil, imported embedment and backfill materials may be stored within 29 existing ROW,easements or temporary construction easements, unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways, inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas,do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW,easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 12,2016 3305 10-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 20 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils. It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS 14 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS 15 2.2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: sand material consisting of durable particles,free of thin or 23 elongated pieces, lumps of clay, loam or vegetable matter and meets the 24 following gradation may be used for utility sand embedment/backfill,and 25 graded with following limits when tested in accordance with ASTM C136. 26 Sieve Size Percent Retained 1/z» 0 1/a" 0-5 #4 0-10 #16 0-20 #50 20-70 #100 60-90 #200 90-100 27 2. Crushed Rock 28 a. Durable crushed rock or recycled concrete 29 b. Meets the gradation of ASTM D448 size numbers 56,57 or 67 30 c. May be unwashed 31 d. Free from significant silt clay or unsuitable materials 32 e. Percentage of wear not more than 40 percent per ASTM C 131 or C535 33 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 34 sodium sulfate soundness per ASTM C88 " CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 20 1 3. Fine Crushed Rock 2 a. Durable crushed rock 3 b. Meets the gradation of ASTM D448 size numbers 8 or 89 4 c. May be unwashed 5 d. Free from significant silt clay or unsuitable materials. 6 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 7 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 8 sodium sulfate soundness per ASTM C88 9 4. Ballast Stone 10 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 11 b. May be unwashed 12 c. Free from significant silt clay or unsuitable materials 13 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 14 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 15 sodium sulfate soundness per ASTM C88 16 5. Acceptable Backfill Material 17 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 18 ASTM D2487 19 b. Free from deleterious materials, boulders over 6 inches in size and organics 20 c. Can be placed free from voids 21 d. Must have 20 percent passing the number 200 sieve 22 6. Blended Backfill Material 23 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 ... 24 b. Blended with in-situ or imported acceptable backfill material to meet the 25 requirements of an Acceptable Backfill Material 26 c. Free from deleterious materials,boulders over 6 inches in size and organics 27 d. Must have 20 percent passing the number 200 sieve 28 7. Unacceptable Backfill Material 29 a. In-situ soils classified as ML,MH, PT,OL or OH in accordance with ASTM 30 D2487 31 8. Select Fill 32 a. Classified as SC or CL in accordance with ASTM D2487 33 b. Liquid limit less than 35 34 c. Plasticity index between 8 and 20 35 9. Cement Stabilized Sand(CSS) 36 a. Sand 37 1) Shall be clean, durable sand meeting grading requirements for fine 38 aggregates of ASTM C33 and the following requirements: 39 a) Classified as SW, SP,or SM by the United Soil Classification System 40 of ASTM D2487 41 b) Deleterious materials 42 (1) Clay lumps,ASTM C142, less than 0.5 percent 43 (2) Lightweight pieces,ASTM C 123, less than 5.0 percent 44 (3) Organic impurities,ASTM C40, color no darker than standard 45 color 46 (4) Plasticity index of 4 or less when tested in accordance with ASTM 47 D4318. y 48 b. Minimum of 4 percent cement content of Type 1/11 portland cement 49 c. Water CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 1 1) Potable water, free of soils,acids,alkalis,organic matter or other _ 2 deleterious substances,meeting requirements of ASTM C94 3 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 4 e. Strength 5 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 6 D1633,Method A 7 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 8 D1633,Method A 9 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 10 that exceeds the maximum compressive strength shall be removed by the 11 Contractor for no additional compensation. 12 f. Random samples of delivered product will be taken in the field at point of 13 delivery for each day of placement in the work area. Specimens will be 14 prepared in accordance with ASTM D1632. 15 10. Controlled Low Strength Material(CLSM) 16 a. Conform to Section 03 34 13 17 11. Trench Geotextile Fabric 18 a. Soils other than ML or OH in accordance with ASTM D2487 19 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 20 2) Fibers shall retain their relative position 21 3) Inert to biological degradation 22 4) Resist naturally occurring chemicals 23 5) UV Resistant 24 6) Mirafi 140N by Tencate,or approved equal 25 b. Soils Classified as ML or OH in accordance with ASTM D2487 26 1) High-tenacity monofilament polypropylene woven yarn 27 2) Percent open area of 8 percent to 10 percent 28 3) Fibers shall retain their relative position 29 4) Inert to biological degradation 30 5) Resist naturally occurring chemicals 31 6) UV Resistant 32 7) Mirafi FW402 by Tencate,or approved equal 33 12. Concrete Encasement 34 a. Conform to Section 03 30 00. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL [NOT USED] 37 PART 3- EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION 40 A. Verification of Conditions 41 1. Review all known, identified or marked utilities, whether public or private,prior to 42 excavation. 43 2. Locate and protect all known, identified and marked utilities or underground }" 44 facilities as excavation progresses. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 330510-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 1 3. Notify all utility owners within the project limits 48 hours prior to beginning 2 excavation. 3 4. The information and data shown in the Drawings with respect to utilities is 4 approximate and based on record information or on physical appurtenances 5 observed within the project limits. 6 5. Coordinate with the Owner(s)of underground facilities. 7 6. Immediately notify any utility owner of damages to underground facilities resulting 8 from construction activities. 9 7. Repair any damages resulting from the construction activities. 10 B. Notify the City immediately of any changed condition that impacts excavation and 11 installation of the proposed utility. 12 3.3 PREPARATION 13 A. Protection of In-Place Conditions 14 1. Pavement 15 a. Conduct activities in such a way that does not damage existing pavement that is 16 designated to remain. 17 1) Where desired to move equipment not licensed for operation on public 18 roads or across pavement,provide means to protect the pavement from all 19 damage. 20 b. Repair or replace any pavement damaged due to the negligence of the 21 contractor outside the limits designated for pavement removal at no additional 22 cost to the City. 23 2. Drainage 24 a. Maintain positive drainage during construction and re-establish drainage for all 25 swales and culverts affected by construction. 26 3. Trees 27 a. When operating outside of existing ROW, stake permanent and temporary 28 construction easements. 29 b. Restrict all construction activities to the designated easements and ROW. 30 c. Flag and protect all trees designated to remain in accordance with Section 31 10 31 00. 32 d. Conduct excavation,embedment and backfill in a manner such that there is no 33 damage to the tree canopy. 34 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 35 specifically allowed by the City. 36 1) Pruning or trimming may only be accomplished with equipments 37 specifically designed for tree pruning or trimming. 38 f. Remove trees specifically designated to be removed in the Drawings in 39 accordance with Section 31 10 00. 40 4. Above ground Structures 41 a. Protect all above ground structures adjacent to the construction. 42 b. Remove above ground structures designated for removal in the Drawings in 43 accordance with Section 02 41 13 44 5. Traffic 4„ 45 a. Maintain existing traffic, except as modified by the traffic control plan, and in 46 accordance with Section 34 71 13. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 20 1 b. Do not block access to driveways or alleys for extended periods of time unless: 2 1) Alternative access has been provided 3 2) Proper notification has been provided to the property owner or resident 4 3) It is specifically allowed in the traffic control plan 5 c. Use traffic rated plates to maintain access until access is restored. 6 6. Traffic Signal—Poles,Mast Arms, Pull boxes, Detector loops 7 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 8 excavation that could impact the operations of an existing traffic signal. 9 b. Protect all traffic signal poles,mast arms, pull boxes,traffic cabinets,conduit 10 and detector loops. 11 c. Immediately notify the City's Traffic Services Division if any damage occurs to 12 any component of the traffic signal due to the contractors activities. 13 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 14 cabinets, conduit and detector loops as a result of the construction activities. 15 7. Fences 16 a. Protect all fences designated to remain. 17 b. Leave fence in the equal or better condition as prior to construction. 18 3.4 INSTALLATION 19 A. Excavation 20 1. Excavate to a depth indicated on the Drawings. 21 2. Trench excavations are defined as unclassified. No additional payment shall be 22 granted for rock or other in-situ materials encountered in the trench. 23 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 24 and bracing in accordance with the Excavation Safety Plan. 25 4. The bottom of the excavation shall be firm and free from standing water. 26 a. Notify the City immediately if the water and/or the in-situ soils do not provide 27 for a firm trench bottom. 28 b. The City will determine if any changes are required in the pipe foundation or 29 bedding. 30 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 31 excavation shall not advance beyond the pipe placement so that the trench may be 32 backfilled in the same day. 33 6. Over Excavation 34 a. Fill over excavated areas with the specified bedding material as specified for 35 the specific pipe to be installed. 36 b. No additional payment will be made for over excavation or additional bedding 37 material. 38 7. Unacceptable Backfill Materials 39 a. In-situ soils classified as unacceptable backfill material shall be separated from 40 acceptable backfill materials. 41 b. If the unacceptable backfill material is to be blended in accordance with this 42 Specification,then store material in a suitable location until the material is 43 blended. 44 c. Remove all unacceptable material from the project site that is not intended to be 45 blended or modified. 46 8. Rock—No additional compensation will be paid for rock excavation or other 47 changed field conditions. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 20 1 B. Shoring, Sheeting and Bracing 2 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 3 specific excavation safety system in accordance with Federal and State 4 requirements. 5 2. Excavation protection systems shall be designed according to the space limitations 6 as indicated in the Drawings. 7 3. Furnish,put in place and maintain a trench safety system in accordance with the 8 Excavation Safety Plan and required by Federal, State or local safety requirements. 9 4. If soil or water conditions are encountered that are not addressed by the current 10 Excavation Safety Plan,engage a Licensed Professional Engineer in the State of 11 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 12 City. 13 5. Do not allow soil,or water containing soil,to migrate through the Excavation 14 Safety System in sufficient quantities to adversely affect the suitability of the 15 Excavation Protection System. Movable bracing, shoring plates or trench boxes 16 used to support the sides of the trench excavation shall not: 17 a. Disturb the embedment located in the pipe zone or lower 18 b. Alter the pipe's line and grade after the Excavation Protection System is 19 removed 20 c. Compromise the compaction of the embedment located below the spring line of 21 the pipe and in the haunching 22 C. Water Control 23 1. Surface Water 24 a. Furnish all materials and equipment and perform all incidental work required to 25 direct surface water away from the excavation. 26 2. Ground Water 27 a. Furnish all materials and equipment to dewater ground water by a method 28 which preserves the undisturbed state of the subgrade soils. 29 b. Do not allow the pipe to be submerged within 24 hours after placement. 30 c. Do not allow water to flow over concrete until it has sufficiently cured. 31 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 32 Control Plan if any of the following conditions are encountered: 33 1) A Ground Water Control Plan is specifically required by the Contract 34 Documents 35 2) If in the sole judgment of the City, ground water is so severe that an 36 Engineered Ground Water Control Plan is required to protect the trench or 37 the installation of the pipe which may include: 38 a) Ground water levels in the trench are unable to be maintained below 39 the top of the bedding 40 b) A firm trench bottom cannot be maintained due to ground water 41 c) Ground water entering the excavation undermines the stability of the 42 excavation. 43 d) Ground water entering the excavation is transporting unacceptable 44 quantities of soils through the Excavation Safety System. 45 e. In the event that there is no bid item for a Ground Water Control and the City 46 requires an Engineered Ground Water Control Plan due to conditions 47 discovered at the site,the contractor will be eligible to submit a change order. 48 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 1 1) No Ground Water Control Plan is specifically identified and required in the ` 2 Contract Documents 3 g. Ground Water Control Plan installation,operation and maintenance 4 1) Furnish all materials and equipment necessary to implement,operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete,remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal, State or local regulations. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than,or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump,then use 20 crushed rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre-bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm,uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade, unless specifically called for in the Drawings. 28 h. Place embedment, including initial backfill,to a minimum of 6 inches,but not 29 more than 12 inches,above the pipe. 30 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with 36 Section 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is 40 less than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet,or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm,uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 20 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 h. Place pipe on the bedding according to the alignment shown on the Drawings. 5 i. The pipe line shall be within: 6 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, I 1 but not more than 12 inches,above the pipe. 12 1. Where gate valves are present,the initial backfill shall extend to up to the valve 13 nut. 14 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firm, uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) fl inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment, including initial backfill,to a minimum of 6 41 inches,but not more than 12 inches,above the pipe. 42 k. Where gate valves are present,the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 in. Density test may be performed by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 1 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the sanitary sewer pipe line. 7 e. Provide firm,uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within f0.1 inches of the elevation,and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches,above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. t- 26 in. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer(RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform 31 material. 32 b. Crushed rock shall be used for embedment up to the spring line. 33 c. The specified backfill material may be used above the spring line. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Spread bedding so that lines and grades are maintained and that there are no 36 sags in the storm sewer pipe line. 37 f. Provide firm,uniform bedding. 38 1) Additional bedding may be required if ground water is present in the 39 trench. 40 2) If additional crushed rock is required which is not specifically identified in 41 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 42 price. 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within f0.1 inches of the elevation,and be consistent 45 with the grade, shown on the Drawings. 46 i. Place embedment material up to the spring line. 47 1) Place embedment to ensure that adequate support is obtained in the haunch. 48 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. --- CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 20 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. Place trench geotextile fabric on top of pipe and crushed rock. 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock,or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide firm,uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 18 price. 19 £ Fill the annular space between multiple boxes with crushed rock,CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within f0.1 inches of the elevation, and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services(Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm,uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm,uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment, including initial backfill,to a minimum of 6 47 inches, but not more than 12 inches,above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 E. Trench Backfill 4 1. At a minimum,place backfill in such a manner that the required in-place density 5 and moisture content is obtained, and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material,or 14 c) Select backfill material,CSS,or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to 15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material,or 20 (3) Select backfill material,CSS, or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS,or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material,or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill(depths less than 15 feet) 35 1) Compact acceptable backfill material,blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within-2 to+5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material, or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within-2 to+5 percent of the optimum moisture. 48 4. Saturated Soils "— CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 1 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content,the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix,Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: it a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill, undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box, if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. 49 f. The City will provide a qualified testing lab full time during this period to 50 randomly test density and moisture continent. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised December 12,2016 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 20 1 1) The testing lab will provide results as available on the job site. 2 7. Varying Ground Conditions 3 a. Notify the City of varying ground conditions and the need for additional 4 proctors. 5 b. Request additional proctors when soil conditions change. 6 c. The City may acquire additional proctors at its discretion. 7 d. Significant changes in soil conditions will require an additional Means and 8 Methods demonstration. 9 3.5 REPAIR [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD QUALITY CONTROL 12 A. Field Tests and Inspections 13 1. Proctors 14 a. The City will perform Proctors in accordance with ASTM D698. 15 b. Test results will generally be available to within 4 calendar days and distributed 16 to: 17 1) Contractor 18 2) City Project Manager 19 3) City Inspector 20 4) Engineer 21 c. Notify the City if the characteristic of the soil changes. 22 d. City will perform new proctors for varying soils: 23 1) When indicated in the geotechnical investigation in the Appendix 24 2) If notified by the Contractor 25 3) At the convenience of the City 26 e. Trenches where different soil types are present at different depths,the proctors 27 shall be based on the mixture of those soils. 28 2. Density Testing of Backfill 29 a. Density Tests shall be in conformance with ASTM D2922. 30 b. Provide a testing trench protection for trench depths in excess of 5 feet. 31 c. Place,move and remove testing trench protection as necessary to facilitate all 32 test conducted by the City. 33 d. For final backfill depths less than 15 feet and trenches of any depth not under 34 existing or future pavement: 35 1) The City will perform density testing twice per working day when 36 backfilling operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests of the current lift in 38 the available trench. 39 e. For final backfill depths 15 feet and greater deep and under existing or future 40 pavement: 41 1) The City will perform density testing twice per working day when 42 backfilling operations are being conducted. 43 2) The testing lab shall take a minimum of 3 density tests of the current lift in 44 the available trench. 45 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 46 f. Make the excavation available for testing. 47 g. The City will determine the location of the test. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 1 h. The City testing lab will provide results to Contractor and the City's Inspector 2 upon completion of the testing. 3 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 4 j. Test reports shall include: 5 1) Location of test by station number 6 2) Time and date of test 7 3) Depth of testing 8 4) Field moisture 9 5) Dry density 10 6) Proctor identifier 11 7) Percent Proctor Density 12 3. Density of Embedment 13 a. Storm sewer boxes that are embedded with acceptable backfill material, 14 blended backfill material,cement modified backfill material or select material 15 will follow the same testing procedure as backfill. 16 b. The City may test fine crushed rock or crushed rock embedment in accordance 17 with ASTM D2922 or ASTM 1556. 18 B. Non-Conforming Work 19 1. All non-conforming work shall be removed and replaced. 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 3305 10-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 12/12/16 Z.Arega 2.2.A.Ld Modify gradation for sand material 1 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 12,2016 330513-1 FRAME,COVER,AND GRADE RINGS Page I of 5 1 SECTION 33 05 13 2 FRAME, COVER,AND GRADE RINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Frame, cover and grade rings used as access ports into water, sanitary sewer and 7 storm drain structures such manholes or vaults 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame,cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification,unless a date is specifically cited. 28 2. ASTM International(ASTM) 29 a. ASTM A48—Standard Specification for Gray Iron Castings 30 b. ASTM A536- Standard Specification for Ductile Iron Castings 31 c. ASTM C478 - Specification for Precast Reinforced Concrete Manhole Sections 32 3. American Association of State Highways and Transportation Officials(AASHTO) 33 a. AASHTO M306—Standard Specification for Drainage, Sewer,Utility and 34 Related Castings 35 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 36 1.5 SUBMITTALS r 37 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised January 22,2016 330513-2 FRAME,COVER,AND GRADE RINGS Page 2 of 5 1 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 2 fabrication for specials. 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Product Data 5 1. All castings shall be cast with: 6 a. Approved foundry's name 7 b. Part number 8 c. Country of origin 9 2. Provide manufacturer's: 10 a. Specifications 11 b. Load tables 12 c. Dimension diagrams 13 d. Anchor details 14 e. Installation instructions 15 B. Certificates 16 1. Manufacturer shall certify that all castings conform to the ASTM and AASHTO 17 designations. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS 25 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 26 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 27 A. Manufacturers 28 1. Only the manufacturers as listed on the City's Standard Products List will be 29 considered as shown in Section 0160 00. 30 a. The manufacturer must comply with this Specification and related Sections. 31 2. Any product that is not listed on the Standard Products List is considered a 32 substitution and shall be submitted in accordance with Section 0125 00. 33 B. Castings 34 1. Use castings for frames that conform to ASTM A48,Class 35B or better. 35 2. Use castings for covers that conform to ASTM A536,Grade 65-45-12 or better. 36 3. Use clean casting capable of withstanding application of AASHTO HS-20 vehicle 37 loading with permanent deformation. _ 38 4. Covers CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised January 22,2016 3305 13-3 FRAME,COVER,AND GRADE RINGS Page 3 of 5 1 a. Size to set flush with the frame with no larger than a 1/8 inch gap between the 2 frame and cover 3 b. Provide with 2 inch wide pick slots in lieu of pick holes. 4 c. Provide gasket in frame and cover. 5 d. Standard Dimensions 6 1) Sanitary Sewer 7 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 8 cover assemblies unless otherwise specified in the Contract Documents. 9 2) Storm Drain 10 a) Provide a clear opening of 22 1/2 inches for all storm drain frames, 11 inlets and cover assemblies unless otherwise specified in the Contract 12 Documents. 13 b) Provide a minimum clear opening of 30 inches for all storm sewer 14 manholes and junction structures. 15 e. Standard Labels 16 1) Water 17 a) Cast lid with the word"WATER"in 2-inch letters across the lid. 18 2) Sanitary Sewer 19 a) Cast lid with the word"SANITARY SEWER"in 2-inch letters across 20 the lid. 21 3) Storm Drain 22 a) Cast lid with the word"STORM DRAIN" in 2-inch letters across the 23 lid. 24 f. Hinge Covers 25 1) Provide water tight gasket on all hinged covers. 26 2) Water 27 a) Provide hinged covers for all water structures. 28 3) Sanitary Sewer 29 a) Provide hinged covers for all manholes or structures constructed over 30 24-inch sewer lines and larger and for manholes where rim elevations 31 are greater than 12 inches above the surface. 32 C. Grade Rings 33 1. Provide grade rings in sizes from 2-inch up to 8-inch. 34 2. Use concrete in traffic loading areas. 35 3. In non-traffic areas concrete or HDPE can be used. 36 D. Joint Sealant 37 1. Provide a pre-formed or trowelable bitumastic sealant in an extrudable or flat tape 38 form. 39 2. Provide sealant that is not dependant on a chemical action for its adhesive 40 properties or cohesive strength. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 3305 13-4 FRAME,COVER,AND GRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] ^ 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Grade Rings 9 1. Place as shown in the water and sanitary sewer City Standard Details. 10 2. Clean surfaces of dirt, sand,mud or other foreign matter before placing sealant. 11 3. Seal each grade ring with sealant specified in this Specification and as shown on the 12 City Standard Details. 13 B. Frame and Cover 14 1. Water 15 a. For water structures install frame,cover and grade rings in accordance with 16 applicable City Standard Detail. 17 2. Sanitary Sewer 18 a. For sanitary sewer structures install frame, cover and grade rings in accordance 19 with applicable City Standard Detail. 20 3. Storm Drain 21 a. For storm drain structures install frame,cover and grade rings in accordance 22 with applicable City Standard Detail. 23 4. Hinge Cover 24 a. Provide hinge cover on elevated manholes,junction boxes, in the flood plain 25 and where specified on the Drawings. 26 C. Joint Sealing 27 1. Seal frame,grade rings and structure with specified sealant. 28 D. Concrete Collar 29 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 330513-5 FRAME,COVER,AND GRADE RINGS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 6/25/2014 F.Griffin Corrected error in Part 2-2.2-B-4-d-2-a. Cover size should be 22'/z inches rather than 19%inches. 1/22/2016 F.Griffin Part 2-2.2-B-4-d-2-a.,Cover size updated to 30 inches to match Detail 33 05 16- D417. 13 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised January 22,2016 330517-1 CONCRETE COLLARS Page 1 of 3 1 SECTION 33 05 17 2 CONCRETE COLLARS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for use in asphalt streets and unimproved areas—not for use 8 in concrete streets. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 03 30 00—Cast-In-Place Concrete 16 4. Section 03 80 00—Modifications to Existing Concrete Structures 17 5. Section 33 05 13 —Frame,Cover,and Grade Rings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each"Concrete Collar" 26 installed. 27 c. The price bid will include: 28 1) Concrete Collar 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel(if required) 32 5) Concrete 33 6) Backfill 34 7) Pavement removal 35 8) Hauling 36 9) Disposal of excess material 37 10) Placement and compaction of backfill 38 11) Clean-up 39 12)Additional pavement around perimeter of concrete collar as required for 40 rim adjustment on existing manhole. 41 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3305 17-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS 19 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 21 A. Materials 22 1. Concrete—Conform to Section 03 30 00. 23 2. Reinforcing Steel—Conform to Section 03 2100. 24 3. Frame and Cover—Conform to Section 33 05 13. 25 4. Grade Ring—Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3305 17-3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris,stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims,wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.1.A.2—Blue text added to clarify where concrete collars are to be installed. 23 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330526-1 UTILITY MARKERS/LOCATORS Page 1 of 4 1 SECTION 33 05 26 2 UTILITY MARKERS/LOCATORS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Buried and surface utility markers for utility construction 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 11 Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item will be by lump sum. 17 2. Payment 18 a. The work performed and materials furnished in accordance with this Item will 19 be paid for at the lump sum price bid for"Utility Markers". 20 3. The price bid shall include: 21 a. Furnishing and installing Utility Markers as specified by the Drawings 22 b. Mobilization 23 c. Pavement removal 24 d. Excavation 25 e. Hauling 26 f. Disposal of excess material 27 g. Furnishing,placement and compaction of backfill 28 h. Clean-up 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification,unless a date is specifically cited. 34 2. American Public Works Association(AWPA): 35 a. Uniform Color Code. 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS 38 A. Submittals shall be in accordance with Section 0133 00. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 1 B. All submittals shall be approved by the City prior to delivery. 00% 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 3 A. Product Data 4 1. Buried Marker 5 2. Surface Marker 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 [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Manufacturers 16 1. Only the manufacturers as listed on the City's Standard Products List will be 17 considered as shown in Section 0160 00. 18 a. The manufacturer must comply with this Specification and related Sections. 19 2. Any product that is not listed on the Standard Products List is considered a 20 substitution and shall be submitted in accordance with Section 0125 00. 21 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the 22 manufacturing of Utility Markers/Locators. 23 B. Materials 24 1. Buried Markers(Detectable Warning Tape) 25 a. Provide detectable warning tape as follows: 26 1) 5.0 mil overall thickness 27 2) Width—3 inch minimum 28 3) Weight—27.5 pounds per inch per 1,000 square feet 29 4) Triple Layer with: 30 a) Minimum thickness 0.35 mils solid aluminum foil encased in a 31 protective inert plastic jacket 32 (1) 100 percent virgin low density polyethylene 33 (2) Impervious to all known alkalis,acids,chemical reagents and 34 solvents within soil 35 (3) Aluminum foil visible to both sides 36 5) Locatable by conductive and inductive methods 37 6) Printing encased to avoid ink rub-off 38 7) Color and Legends 39 a) Potable water lines CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 1 (1) Color—Blue(in accordance with APWA Uniform Color Code) 2 (2) Legend—Caution Potable Water Line Below(repeated every 24 3 inches) 4 b) Reclaimed water lines 5 (1) Color—Purple(in accordance with APWA Uniform Color Code) 6 (2) Legend—Caution Reclaimed Water Line Below(repeated every 24 7 inches) 8 c) Sewer Line 9 (1) Color—Green(in accordance with APWA Uniform Color Code) 10 (2) Legend—Caution Sewer Line Below(repeated every 24 inches) 11 2. Surface Markers 12 a. Provide as follows: 13 1) 4-inch diameter,6-feet minimum length,polyethylene posts, or equal 14 2) White posts with colored, ultraviolet resistant domes as follows: 15 a) Water Lines 16 (1) Color—Blue(in accordance with APWA Uniform Color Code) 17 (2) Legend—Caution Potable Water Line Below 18 b) Reclaimed water lines 19 (1) Color—Purple(in accordance with APWA Uniform Color Code) 20 (2) Legend—Caution Reclaimed Water Line Below 21 c) Sewer lines 22 (1) Color—Green(in accordance with APWA Uniform Color Code) 23 (2) Legend—Caution Sewer Line Below 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION [NOT USED] 29 3.3 PREPARATION [NOT USED] 30 3.4 INSTALLATION 31 A. Buried Markers(Detectable Warning Tape) 32 1. Install in accordance with manufacturer's recommendations below natural ground 33 surface and directly above the utility for which it is marking. 34 a. Allow 18 inches minimum between utility and marker. 35 b. Bury to a depth of 3 feet or as close to the grade as is practical for optimum 36 protection and detectability. 37 B. Surface Markers 38 1. Bury a minimum of 2 feet deep,with a minimum of 4 feet above ground 39 2. The warning sign for all surface markers shall be 21 inches(not including post cap). 40 3. Where possible,place surface markers near fixed objects. 41 4. Place Surface Markers at the following locations: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 1 a. Buried Features 2 1) Place directly above a buried feature. 3 b. Above-Ground Features 4 1) Place a maximum of 2 feet away from an above-ground feature. 5 c. Water lines 16-inches and larger 6 1) Each right-of-way line(or end of casing pipe)for: 7 a) Highway crossings 8 b) Railroad crossings 9 2) Utility crossings such as: 10 a) High pressure or large diameter gas lines 11 b) Fiber optic lines 12 c) Underground electric transmission lines 13 d) Or other locations shown on the Drawings,or directed by the City 14 d. Surface markers not required for 12-inch and smaller water lines 15 e. For sanitary sewer lines: 16 1) In undeveloped areas,place marker maximum of 2 feet away from an 17 above-ground feature such as a manhole or combination air valve vault. 18 2) Place at 500-foot intervals along the pipeline. 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 [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 30 END OF SECTION 31 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson Removed references to Utility Marker Balls throughout. 32 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 f8 a. Exploratory Excavation 9 b. Vacuum Excavation 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 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities 20 a. Measurement 21 1) Measurement for this Item shall be per each excavation performed as 22 identified in the Drawings,or as directed. 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 each"Exploratory Excavation for Existing Utilities"specified. 27 c. The price bid shall include: 28 1) Grade survey 29 2) Pavement removal 30 3) Excavation 31 4) Utility Location 32 5) Hauling 33 6) Disposal of excess material 34 7) Furnishing, placing and compaction of embedment 35 8) Furnishing,placing and compaction of backfill 36 9) Clean-up 37 10) Surface restoration 38 2. Vacuum Excavation of Existing Utilities 39 a. Measurement 40 1) Measurement for this Item shall be per each excavation performed as 41 identified in the Drawings,or as directed. 42 b. Payment CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per each"Vacuum Excavation" specified. 4 c. The price bid shall include: 5 1) Grade survey 6 2) Pavement removal 7 3) Vacuum Excavation 8 4) Utility Location 9 5) Hauling 10 6) Disposal of excess material 11 7) Furnishing,placing and compaction of embedment 12 8) Furnishing,placing and compaction of backfill 13 9) Clean-up 14 10) Surface restoration 15 1.3 REFERENCES 16 A. Definitions 17 1. Exploratory Excavation: Previously called"D-Hole"within the City,a method 18 used to locate existing underground utility as shown on the plans through the use of 19 standard excavation equipment. 20 2. Vacuum Excavation: Method used to locate existing underground utility as shown 21 on the plans through the use of geophysical prospecting equipment such as vacuum 22 excavation. 23 B. 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. American Society of Civil Engineers(ASCE) 28 a. ASCE Publication Cl/ASCE 38(Standard Guideline for the Collection and 29 Depiction of Existing Subsurface Utility Data) 30 1.4 ADMINISTRATIVE REQUIREMENTS 31 A. Coordination 32 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 33 Exploratory Excavation of Existing Utilities. 34 2. Coordinate location of all other existing utilities within vicinity of excavation prior 35 to commencing Exploratory Excavation. 36 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 37 commencement. 38 B. Sequencing 39 1. Exploratory Excavations shall be conducted prior to the construction of the entire 40 project. 41 C. Scheduling 42 1. For critical utility locations,the City may choose to be present during excavation. 43 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 44 City personnel. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS 4 A. Report of Utility Location 5 1. Horizontal location of utility as surveyed 6 2. Vertical elevation of utility as surveyed 7 a. Top of utility 8 b. Spring line of utility 9 c. Existing ground 10 3. Material type,diameter and description of the condition of existing utility 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 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verification of Conditions 21 1. Verify location of existing utilities in accordance with the General Requirements, 22 the General Notes and the Drawings. 23 3.3 PREPARATION 24 A. Coordinate with City Survey, if applicable. 25 3.4 INSTALLATION 26 A. Exploratory Excavation 27 1. Verify location of existing utility at location denoted on the Drawings,or as 28 directed by the City. 29 a. Expose utility to spring line, as necessary. 30 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 31 with Section 33 05 10. 32 B. Vacuum Excavation 33 1. Verify location of existing utility at location denoted on the Drawings, or as 34 directed by the City. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1 2. Designate the horizontal position of the existing underground utilities that are to be 2 located using geophysical prospecting equipment. 3 a. Acquire record documentation from and coordinate with utility companies,as 4 necessary to locate utility. 5 3. Perform excavation in general accordance with the recommended practices and 6 procedures described in ASCE Publication Cl/ASCE 38. 7 C. Upon completion of the utility locating, submit a report of the findings. 8 D. If location of utility is in conflict with the Drawings,notify the City Project Manager 9 for appropriate design modifications. 10 E. Place embedment and backfill in accordance with Section 33 05 10. 11 F. Once necessary data is obtained,immediately restore surface to existing conditions to: 12 1. Obtain a safe and proper driving surface, if applicable 13 2. Ensure the safety of the general public 14 3. The satisfaction of the City 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] A 20 3.10 CLEANING [NOT USED] ■ 21 3.11 CLOSEOUT ACTIVITIES [NOT USED] 22 3.12 PROTECTION [NOT USED] 23 3.13 MAINTENANCE [NOT USED] 24 3.14 ATTACHMENTS [NOT USED] 25 END OF SECTION 26 Revision Log DATE NAME SUMMARY OF CHANGE "Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 27 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 SECTION 33 4110 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing reinforced concrete storm drain pipe and culverts, 7 including: 8 a. Pipe or box fittings 9 b. Connection of drain lines to curb inlets 10 c. All joints 11 d. All connections to new or existing pipe or headwalls,manholes,etc.,to the 12 lines and grades shown on the Drawings 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 3. Section 33 0131 —Closed Circuit Television(CCTV)Inspection 19 4. Section 03 30 00—Cast-in-Place Concrete 20 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 21 6. Section 33 05 23—Hand Tunneling 22 7. Section 03 34 13 -Controlled Low Strength Material(CLSM) 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Reinforced Concrete Storm Drain Pipe 26 a. Measurement 27 1) Measured along the longitudinal centerline of the pipe from the initial 28 beginning point as shown on Drawings to the end of construction as shown 29 on Drawings, excluding inside diameters of any manholes encountered 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price bid per linear foot of"RCP"installed for: 34 a) Various sizes 35 b) Various classes 36 c. The price bid shall include: 37 1) Furnishing and installing the specified diameter pipe and appurtenant 38 fittings 39 2) Mobilization 40 3) Pavement removal 41 4) Excavation CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 1 5) Hauling '"ak 2 6) Disposal of excess material 3 7) Furnishing,placement and compaction of embedment 4 8) Furnishing,placement and compaction of backfill 5 9) Gaskets 6 10) Clean-up 7 11) Cleaning 8 12) Jointing 9 13) Connections to all drainage structures 10 2. Reinforced Concrete Storm Drain Culverts 11 a. Measurement 12 1) Measured along the longitudinal centerline of the pipe from the initial 13 beginning point as shown on Drawings to the end of construction as shown 14 on Drawings, excluding inside diameters of any manholes encountered 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement"will be paid for at the unit 18 price bid per linear foot of"Box Culvert" installed for: 19 a) Various sizes 20 c. The price bid shall include: 21 1) Furnishing and installing the specified diameter pipe and appurtenant 22 fittings 23 2) Mobilization 24 3) Pavement removal 25 4) Excavation 26 5) Hauling 27 6) Disposal of excess material 28 7) Furnishing,placement and compaction of embedment 29 8) Furnishing,placement and compaction of backfill 30 9) Gaskets 31 10) Clean-up 32 11) Cleaning 33 12) Jointing 34 13) Connections to all drainage structures 35 1.3 REFERENCES 36 A. Reference Standards 37 1. Reference standards cited in this Specification refer to the current reference 38 standard published at the time of the latest revision date logged at the end of this 39 Specification,unless a date is specifically cited. 40 2. American Association of State Highway and Transportation Officials(AASHTO): 41 a. T111,Inorganic Matter or Ash in Bituminous Materials. 42 3. ASTM International(ASTM): 43 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain,for 44 Concrete. 45 b. A497, Standard Specification for Steel Welded Wire Reinforcement, 46 Deformed, for Concrete. 47 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain,and 48 Sewer Pipe. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 3341 10-3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 12 1 d. C361, Standard Specification for Reinforced Concrete Low-Head Pressure 2 Pipe. 3 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes,Using 4 Rubber Gaskets. 5 f. C497, Standard Test Methods for Concrete Pipe,Manhole Sections,or Tile. 6 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 7 Drain,and Sewer Pipe. 8 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 9 Drain,and Sewer Pipe. 10 i. C990, Standard Specification for Joints for Concrete Pipe,Manholes, and 11 Precast Box Sections Using Preformed Flexible Joint Sealants. 12 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 13 Sections for Culverts, Storm Drains, and Sewers. 14 k. D4, Standard Test Method for Bitumen Content. 15 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 16 Compounds. 17 in. D36, Standard Test Method for Softening Point of Bitumen(Ring-and-Ball 18 Apparatus). 19 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 20 (Displacement Method). 21 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 22 Tester. 23 p. D113, Standard Test Method for Ductility of Bituminous Materials. 24 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 25 4. TxDOT Test Procedures(Tex): 26 a. Tex-7044, Making,Curing, and'Testing Compression Test Specimens for 27 Precast Concrete 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS 30 A. Submittals shall be in accordance with Section 0133 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALSANFORMATION SUBMITTALS 33 A. Certificates 34 1. Furnish manufacturer's certificate of compliance that their product meets the 35 physical testing requirements of this Specification for the materials referenced 36 including,but not limited to: 37 a. Reinforced concrete pipe 38 b. Concrete box culvert 39 c. Jointing materials CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 3341 10-4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 12 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 5 A. Storage and Handling Requirements 6 1. Secure and maintain a location to store the material in accordance with Section 01 7 6600. 8 2. Keep pipe clean and fully drained during storage. 9 3. Transport,handle and store pipe and fittings as recommended by manufacturer. 10 4. Repair or replace any damaged pipe before installation per the manufacturer's 11 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS 15 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 16 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 17 A. Fabrication 18 1. Precast Reinforced Concrete Pipe 19 a. Provide precast storm sewer pipe that conforms to ASTM C76,ASTM C506 or 20 ASTM C507 for circular,arch or elliptical pipe respectively. 21 b. Utilize a machine made process or cast by a process that will provide uniform 22 placement of a mixture of cement,aggregate and water proportional to provide 23 a homogeneous concrete meeting the specified strength requirements. 24 c. Mix concrete in a central batch plant or other approved batching facility where 25 the quality and uniformity of the concrete is assured. 26 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 27 2. Concrete Box Culvert 28 a. Cast-in-Place 29 1) Conform to Section 03 30 00. 30 b. Precast 31 1) Furnish machine made precast boxes in accordance with ASTM C 1433. 32 2) Utilize a machine made process or cast by a process that will provide 33 uniform placement of a mixture of cement, aggregate,and water 34 proportional to provide a homogeneous concrete meeting the specified 35 strength requirements. 36 3) Concrete water to cement ratio not to exceed 0.53 by weight 37 4) Utilize minimum 470 pounds of cement per cubic yard of concrete unless 38 mix designs with lower cement content demonstrate that the quality and 39 performance of the sections meet the requirements of this Specification. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 334110-5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 5 of 12 1 5) Mix concrete in a central batch plant or other approved batching facility 2 where the quality and uniformity of the concrete is assured. 3 6) Do not use transit mixed concrete to manufacture precast concrete box 4 culvert. 5 7) Utilize welded wire fabric steel reinforcement conforming to ASTM A185 6 or ASTM A497. 7 3. Jointing Materials 8 a. Use any of the materials described in this Section for the making of joints. 9 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 10 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 11 a) Provide flexible joint sealants that meet the requirements of 12 ASTM C990. 13 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 14 c) Plastic gasket shall be produced from blends of refined hydrocarbon 15 resins and plasticizing compounds reinforced with inert mineral filler 16 and shall contain no solvents, irritating fumes or obnoxious odors. 17 d) Use flexible joint sealants that do not depend on oxidizing,evaporating 18 or chemical action for its adhesive or cohesive strength. 19 e) Supply in extruded rope form of suitable cross section and size as to fill 20 the joint space when the pipes are joined. 21 f) Provide a size of the pre-formed flexible joint sealant in accordance 22 with the manufacturer's recommendations and large enough to properly 23 seal the joint and obtain the squeeze out as described under 24 construction methods. 25 g) The gasket joint sealer shall be protected by a suitable removable 2- 26 piece wrapper,and the 2-piece wrapper shall be so designed that'h may 27 be removed longitudinally without disturbing the other'/z to facilitate 28 application as noted below. 29 h) The chemical composition of the gasket joint sealing compound as 30 shipped shall meet the requirements of Table 1 when tested in 31 accordance with the test methods shown. 32 33 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash-Inert Mineral Matter AASHTO T111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 34 35 i) Gasket joint sealing compound when immersed for 30 days at ambient 36 room temperature separately in 5 percent solution of caustic potash, a 37 mixture of 5 percent hydrochloric acid,a 5 percent solution of sulfuric 38 acid and a saturated hydrogen sulfide(H2S)solution shall show no 39 visible deterioration. 40 j) The physical properties of the gasket joint sealing compound as 41 shipped shall meet the requirements in Table 2 when tested in 42 accordance with the test methods shown. 43 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 3341 10-6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 12 1 Table 2. Sealing Compound Physical Properties ^ Property Test Method Typical Analysis Specific Gravity at 77 degrees F ASTM D71 1.20 to 1.35 -Ductility at 77 degrees F ASTM D 113 5.0 centimeters minimum Softening Point at 77 degrees F ASTM D36 320 degrees F minimum Penetration 32 degrees F(300- ms)60-seconds 75 minimum 77 degrees F 150- ms) 5-seconds ASTM D217 50 to 120 115 degrees F(150- ms) 5-seconds 150 max Flash Point C.O.C. ASTM D92 600 degrees F Fire Point C.O.0 625 degrees F 2 3) Rubber Gaskets 3 a) Provide gaskets that conform to ASTM C361 or ASTM C443. 4 b) Meet the requirements of ASTM C443 for design of the joints and 5 permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings,furnish Class III concrete pipe 9 with shell thickness,circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76,ASTM C506 or ASTM C507 for circular,arch 11 or elliptical pipe respectively,except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular -- 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter,manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B"or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76,provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking,Boring,or Tunneling 20 1) Design pipe for jacking,boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) When requested,provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be determined by the results of the following tests: 29 1) Material tests required in ASTM C76,ASTM C506 or ASTM C507. 30 2) Absorption tests in accordance with ASTM C497. 31 3) 3-edge bearing tests in accordance with ASTM C497. 32 a) Testing Rate 33 (1) If tested for 0.01-inch crack only: 34 (a) Test 0.8 percent of pipe sections for each size included in order 35 (2) If tested for 0.01-inch crack and ultimate load: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 334110-7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 12 1 (a) Test 0.2 percent of pipe sections for each size included in order 2 b) Pipes that have been tested only to the formation of a 0.01 inch crack 3 and that meet the 0.01 inch test load requirements shall be accepted for 4 use. 5 c) Failed Pipe 6 (1) Test 2 consecutive joints in the same mix series if a specimen fails 7 to meet test requirements. 8 (2) Entire pipe series will be rejected if 1 of the consecutive joints fails 9 to meet test requirements. 10 d) Pipes larger than 1 inch in diameter may be accepted on the basis of 11 material tests and inspection of completed product as an alternate to 3- 12 edge bearing test, at the option of the manufacturer. 13 (1) Acceptance of pipe will be determined by the results of the material 14 tests as required in ASTM C76,ASTM C506 or ASTM C507. 15 (a) Perform crushing tests on cores taken from barrel of completed 16 and cured pipe. 17 (b) Perform absorption tests on samples from pipe wall. 18 (c) Inspect finished pipe including amount and placement of 19 reinforcement. 20 (2) Manufacturer will furnish facilities and personnel for taking core 21 samples from pipe barrel and for determining compressive strength 22 of samples. 23 (3) Manufacturer will plug and seal core holes if samples meet strength 24 requirements. �- 25 (a) Plug and seal sections in a manner that the pipe section will 26 meet all test requirements of ASTM C76,ASTM C506 or 27 ASTM C507. 28 (b) Pipe sections plugged and sealed as described above will be 29 accepted for use. 30 4) Inspect the finished pipe to determine its conformance with the required 31 design. 32 2. Cast-in-Place Concrete Box Culvert 33 a. Provide test specimens that meet the requirements of Division 03. 34 3. Precast Box Culvert 35 a. Make test specimens in test cylinders at the same time and in the same manner 36 as the box sections they represent. 37 b. Make a minimum of 4 test cylinders for each day's production run and each 38 mix design. 39 c. Cure test cylinders in the same manner and for the same times as the boxes they 40 represent. 41 d. Test the specimens in accordance with Tex-704-1. 42 B. Sizes and Permissible Variations 43 1. Reinforced Concrete Pipe 44 a. Ensure that variations in diameter, size, shape,wall thickness,reinforcement, 45 placement of reinforcement, laying length and the permissible under run of 46 length are in accordance with the applicable ASTM Specification for each type 47 of pipe as referred to previously. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised July 1,2011 334110-8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 12 1 b. Where rubber gasket pipe joints are to be used,the design of joints and 2 permissible variations in dimensions shall be in accordance with ASTM C443, 3 Sections 7 and 8. 4 2. Cast-in-Place or Precast Box Culvert 5 a. Ensure that precast sections of either type meet the following requirements: 6 1) The inside vertical and horizontal dimensions do not vary from Drawing 7 requirements by more than 1/2 inch or 1 percent,whichever is greater. 8 2) The horizontal or vertical plane at each end of the box section does not vary 9 from perpendicular by more than 1/2 inch or 1 percent,whichever is 10 greater,measured on the inside faces of the section. 11 3) The sides of a section at each end do not vary from being perpendicular to 12 the top and bottom by more than 1/2 inch or 1 percent,whichever is greater, 13 when measured diagonally between opposite interior corners. 14 b. Ensure that wall and slab thicknesses are not less than shown on the Drawings 15 except for occasional deficiencies not greater than 1/4 inch or 5 percent, 16 whichever is greater. 17 1) If proper jointing is not affected,thicknesses in excess of Drawing 18 requirements are acceptable. 19 c. Deviations from the above tolerances will be acceptable if the sections can be 20 fitted at the plant or job site and the joint opening at any point does not exceed 21 1 inch. 22 1) Use match marks for proper installation on sections that have been accepted 23 in this manner. 24 C. Workmanship and Finish 25 1. Reinforced Concrete Pipe 26 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 27 surface roughness. 28 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 29 within the limits of variations allowed as stated previously. 30 2. Cast-in-Place or Precast Box Culvert 31 a. Fine cracks on the surface of the member that do not extend to the plane of the 32 nearest reinforcement are acceptable unless the cracks are numerous and 33 extensive. 34 b. Repair cracks that extend into the plane of the reinforcing steel in an approved 35 manner. 36 c. Excessive damage,honeycomb or cracking will be subject to structural review. 37 d. The City may accept boxes with repairs that are sound,properly finished and 38 cured in conformance with pertinent Specifications. 39 e. When fine cracks on the surface indicate poor curing practices,discontinue 40 further production of precast sections until corrections are made and proper 41 curing is provided. 42 D. Curing 43 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 44 of pipe as referred to above. 45 E. Marking 46 1. Reinforced Concrete Pipe 47 a. Clearly mark the following information on each section of pipe: CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 334110-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 12 1 1) Class of pipe 2 2) ASTM designation 3 3) Date of manufacture 4 4) Identification of plant 5 5) Name or trademark of the manufacturer 6 6) Pipe to be used for jacking and boring 7 b. For pipe with elliptical reinforcement, in addition to above,clearly mark 1 end 8 of each section during the process of manufacture or immediately after with the 9 following: 10 1) The location of the top or bottom of the pipe as it should be installed, 11 unless the external shape of the pipe is such that the correct position of the 12 top and bottom is obvious 13 2) Mark the pipe section by indenting or painting with waterproof paint. 14 2. Cast-in-Place or Precast Box Culvert 15 a. Mark precast boxes with the following: 16 1) Name or trademark of the producer 17 2) Date of manufacture 18 3) Box size 19 4) Minimum and maximum fill heights 20 b. For boxes without lifting holes,mark 1 end of each box section on the inside 21 and outside walls to indicate the top or bottom as it will be installed. 22 c. Indent markings into the box section or paint them on each box with waterproof 23 paint. 24 F. Pipe/Box Rejection 25 1. Individual sections of pipe/box may be rejected if any of the Specification 26 requirements are not met or if any of the following exist: 27 a. Fractures or cracks passing through the shell,with the exception of a single end 28 crack that does not exceed the depth of the joint 29 b. Defects that indicate imperfect proportioning,mixing and molding 30 c. Surface defects indicating honeycombed or open texture 31 d. Damaged ends which would prevent making a satisfactory joint 32 e. Any continuous crack having a surface width of 0.01 inch or more and 33 extending for a length of 12 inch or more 34 2. Mark rejected pipe/box with painted"REJECTED". 35 3. Remove rejected pipe/box immediately from job site and replace with pipe/box 36 meeting the requirements of this Specification. 37 PART 3- EXECUTION 38 3.1 INSTALLERS [NOT USED] 39 3.2 EXAMINATION [NOT USED] 40 3.3 PREPARATION [NOT USED] 41 3.4 INSTALLATION 42 A. General CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 1 1. Conform to the requirements of Section 33 05 10 for excavation and embedment for 2 open-cut type installation. 3 2. Conform to the requirements of Section 33 05 23 when jacking,boring or tunneling 4 methods are specified on Drawings. 5 3. Establish and maintain lines and grades. 6 B. Pipe/Box Laying—Trench Installation 7 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 8 conditions. 9 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 10 or tongue end of the pipe joint pointing downstream,and proceed toward the inlet 11 or upstream end with the abutting sections properly matched,true to the established 12 lines and grades. 13 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 14 according to manufacturer's recommendation. 15 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 16 the prepared bedding or sides of trench. 17 5. Carefully clean pipelbox ends before pipe is placed in trench. 18 6. Protect pipelbox open end to prevent entrance of earth or bedding material as each 19 length of pipe/box is laid. 20 7. Fit,match and lay pipe/box to form a smooth,uniform conduit. 21 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 22 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 23 not more than 5 degrees from the vertical plane through the longitudinal axis of the 24 pipe 25 9. Remove and re-lay,without extra compensation,pipe/box that is not in alignment 26 or that shows excessive settlement after laying. 27 C. Multiple Barrel Box Culvert Placement 28 1. Fill the annular space between multiple boxes with crushed rock or CLSM 29 according to 03 34 13. 30 a. Water jetting will not be allowed between parallel boxes. 31 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 32 inlet end with the abutting sections properly matched. 33 3. Fit,match and lay boxes to form a smooth,uniform conduit true to the established 34 lines and grades. 35 D. Jointing 36 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 37 a. Brush-apply a suitable primer,recommended by the manufacturer of the gasket 38 joint sealer,to tongue and groove joint surfaces and end surfaces. 39 1) Ensure that surface to be primed is clean and dry when primer is applied. 40 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 41 protrusions. 42 3) Allow primer to dry and harden. 43 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 44 pipe joint hub or shoulder,before laying pipe in trench. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July I,2011 3341 10-11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 11 of 12 1 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 2 press it firmly to the clean,dry pipe joint surface. 3 1) Do not remove the outside wrapper until immediately before pushing pipe 4 into its final position. 5 d. Align the tongue correctly with the flare of the groove. 6 e. Remove outside wrapper on the gasket and pull or push pipe home with 7 sufficient force(back hoe shovel, chain hoist,ratchet hoist or winch)to cause 8 evidence of gasket material squeeze-out on inside or outside around complete 9 pipe joint circumference. 10 1) Remove any joint material that pushed out into the interior of pipe. 11 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 12 line and grade at all times. 13 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 14 has been inspected and approved by the Engineer or Inspector. 15 1) Take special precautions in placing and compacting backfill to avoid 16 damage to joints. 17 g. When the atmospheric temperature is below 60 degrees F, store pre-formed 18 flexible joint sealants in an area warmed to above 70°degrees F or artificially 19 warmed to this temperature in a manner satisfactory to the Engineer. 20 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 21 followed by connection to previously laid pipe. 22 2. Rubber Gaskets 23 a. Make the joint assembly according to the recommendations of the gasket 24 manufacturer. 25 b. When using rubber gaskets,make joints watertight. 26 c. Backfill after the joint has been inspected and approved. 27 E. Backfill 28 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 29 F. Pipe fittings 30 1. Poured Concrete Pipe Collars 31 a. Provide collars for locations shown on Drawings. 32 b. Collar cost is considered subsidiary to bid price for furnishing and installing 33 reinforced concrete pipe. No extra payment will be made for installation of 34 concrete pipe collars shown on the Drawings. 35 2. Shop and Field-Fabricated Wyes, Tees,Crosses and Bends 36 a. Furnish and install shop or field-fabricated wyes,tees,crosses or bends as 37 indicated on Drawings or required by the Engineer. 38 b. Shop-fabricate fittings for maximum pipe size less than 24-inches in diameter 39 for the larger pipe. 40 c. Field-fabricate fittings with 24-inch or greater diameter for the larger pipe. 41 d. Field-fabricate fittings for box culverts. 42 e. Take care in fabrication that concrete walls of pipe are broken back only 43 enough to provide the required finished opening. 44 f. Join reinforcing mesh or bars by bending,twisting or spot welding to provide a 45 rigid connection. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised July 1,2011 3341 10-12 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 12 of 12 1 g. Concrete or mortar(as specified in this segment)shall be wiped over the 2 reinforcing wires connecting the 2 pipe joints,compacted by light blows, 3 shaped to the contour of the pipe barrels, lightly brushed for finish and cured 4 under wet burlap. 5 3. Poured Concrete Pipe Plugs 6 a. Plug pipe ends with a fabricated unit as shown on Drawings,when conduit lines 7 terminate at locations with no connection to drainage structures. 8 b. Concrete pipe plug cost is considered subsidiary to bid price for furnishing and 9 installing reinforced concrete pipe. No extra payment will be made for 10 installation of concrete pipe plugs shown on the Drawings. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD [OR] SITE QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Video Inspection 16 a. Perform post-construction TV inspection of all installed reinforced concrete 17 pipes/boxes conforming to the requirements of Section 33 01 31. 18 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 19 a. At the City's discretion,replace any pipe/box that is determined to have 20 jointing problems,cracking or significant debris. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 334600-1 SUBDRA ,JAGE Page 1 of 6 1 SECTION 33 46 00 2 SUBDRAINAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of pipe subdrains at the locations, lines and grades shown on the 7 Drawings. 8 a. If details are not shown on the Drawings, construct the subdrain in accordance 9 with this Section and standard storm drain details. 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 3137 00—Riprap 16 4. Section 32 91 19—Topsoil Placement and Finishing of Parkways 17 5. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 18 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. Measured by the linear foot along the top of the pipe and includes the length of 23 elbows,wyes,tees,and cleanouts 24 2. Payment 25 a. The work performed and material furnished in accordance with this Item and 26 measured as provided under"Measurement"will be paid for at the unit price 27 bid per linear foot of"Pipe Underdrain"installed for: 28 1) Various types 29 2) Various sizes 30 b. The price bid shall include: 31 1) Furnishing and installing the specified Underdrain 32 2) Pipe 33 3) Couplers 34 4) Plugs 35 5) Screens 36 6) Filter material 37 7) Filter fabric 38 8) Excavation 39 9) Hauling .— 40 10) Disposal of excess materials 41 11) Connection to existing structures CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334600-2 SUBDRAINAGE Page 2 of 6 1 12) Riprap pa. 2 13) Furnishing,placing and compaction of embedment 3 14)Furnishing,placing and compaction of backfill 4 15) Clean-up 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this Specification refer to the current reference 8 standard published at the time of the latest revision date logged at the end of this 9 Specification,unless a date is specifically cited. 10 2. American Association of State Highway and Transportation Officials(AASHTO): 11 a. M36,Corrugated Steel Pipe,Metallic-Coated, for Sewers and Drains. 12 b. M190, Standard Specification for Bituminous-Coated Corrugated Metal Culvert 13 Pipe and Pipe Arches 14 c. M196, Corrugated Aluminum Pipe for Sewers and Drains. 15 d. M252, Standard Specification for Corrugated Polyethylene Drainage Pipe. 16 e. M278, Standard Specification for Class PS46 Polyvinyl Chloride(PVC)Pipe. 17 3. ASTM International(ASTM): 18 a. C33, Standard Specification for Concrete Aggregates. 19 b. D448, Standard Classification for Sizes of Aggregate for Road and Bridge 20 Construction. 21 c. D2751, Standard Specification for Acrylonitrile-Butadiene-Styrene(ABS) 22 Sewer Pipe and Fittings. 23 d. F949, Standard Specification for Poly(Vinyl Chloride)(PVC)Corrugated 24 Sewer Pipe With a Smooth Interior and Fittings. 25 4. Texas Department of Transportation(TxDOT): 26 a. Departmental Materials Specification(DMS): 27 1) DMS 6200,Filter Fabric. 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Product Data—Submit the following information in accordance with Section 0133 00. 32 1. Subdrain pipe material to be used. 33 2. Filter fabric material to be used. 34 3. Sieve Analysis for filter material to be used. 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334600-3 SUBDRAINAGE Page 3 of 6 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Pipe 5 1. Use only 1 type of pipe for any subdrain system on the project. 6 a. Use perforated pipe in areas to be drained and non-perforated pipe between the 7 perforated pipe and the outfall. 8 2. Type 1 9 a. Corrugated steel pipe conforming to any type specified in AASHTO M36, 10 fabricated from corrugated galvanized sheet. 11 3. Type 2 12 a. Corrugated aluminum pipe conforming to AASHTO M196,Type I or IA, 13 fabricated from corrugated sheet. 14 4. Type 3 15 a. Bituminous-coated corrugated steel pipe conforming to the requirements of 16 Type 1 and uniformly coated inside and out with a minimum thickness of 0.05 17 inches with a bituminous material meeting the requirements of AASHTO 18 M190. 19 5. Type 4 20 a. Bituminous-coated corrugated aluminum pipe conforming to the requirement of 21 Type 2 and uniformly coated inside and out with a minimum thickness of 0.05 22 inches with a bituminous material meeting the requirements of AASHTO 23 M190. 24 6. Type 5 25 a. Acrylonitrile-butadiene-styrene pipe conforming to ASTM D2751, SDR-35 26 b. Perforations must meet the requirements of AASHTO M278. 27 7. Type 6 28 a. Corrugated polyethylene plastic tubing conforming to ASTM M252. 29 8. Type 7 30 a. Corrugated polyvinyl chloride(PVC)pipe conforming to ASTM F949. 31 9. Type 8 32 a. Smooth-wall PVC pipe conforming to AASHTO M278, Class PS 46. 33 B. Filter Material 34 1. Furnish Crushed Rock in accordance with Section 33 05 10. 35 2. Use only 1 type of filter material for any subdrain system on a project. 36 C. Filter Fabric 37 1. Use filter fabric that meets the requirements of DMS-6200,"Filter Fabric,"Type 1. 38 D. Riprap 39 1. When required,provide concrete riprap in accordance with Section 3137 00. 40 2.3 ACCESSORIES [NOT USED] 41 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334600-4 SUBDRAINAGE Page 4 of 6 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. Excavation 7 1. Begin excavation of the trench at the outfall and proceed toward its upper end, 8 following the lines and grades shown on the Drawings or as directed by the 9 Engineer. 10 2. Hold the minimum horizontal limits of excavation for filter material to the 11 dimensions shown in Table 3 or as shown on the Drawings. 12 13 Table 3 14 Minimum Horizontal Limits of Excavation for Filter Material Depth of Trench Trench Width (feet) (inches) 0to6 19 Over 6 to 10 25 Over 10 to 15 31 Over 15 37 15 AIN 16 B. Filter Fabric 17 1. In areas to be drained,place filter fabric in the bottom and sides of the trench before 18 placing pipe or filter material. 19 2. Provide enough width of fabric to overlap on top of the filter material. 20 C. Subdrain Pipe 21 1. Center perforated pipe in the excavated ditch with the perforations below the 22 horizontal axis. 23 2. Lay pipe according to Drawing Details with the perforations on the underside of the 24 pipe,unless otherwise directed by the Engineer. 25 3. Join the pipe with appropriate couplers in accordance with the manufacturer's 26 recommendations. 27 4. Install non-perforated pipe sections between the perforated pipe and the outfall. 28 a. The sections of non-perforated pipe do not require filter fabric or filter material. 29 5. Place a2-inch layer of filter material as a bottom course. 30 6. Firmly embed the subdrain pipe in the filter material. 31 7. Install cleanouts at the upstream end of the line,at approximately 200-foot spacing, 32 at bends and other locations shown on the Drawings,and in accordance with City 33 Standard Details. 34 8. Place plugs recommended by the pipe manufacturer in the upper ends of all pipe. 35 D. Filter Material CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334600-5 SUBDRAINAGE Page 5 of 6 1 1. Place filter material at least 10 inches above the top of the pipe or as shown on the 2 Drawings. 3 2. Do not allow filter material to displace the pipe. 4 3. After placing pipe and filter material, lap filter fabric over the top of the filter 5 material according to the manufacturer's recommendation or as shown on the 6 Drawings. 7 E. Connection to Existing Structures 8 1. Storm Drain Structures 9 a. Core hole in drainage structures such as inlets,manholes and junction boxes 10 and connect downstream end of subdrain pipe. 11 b. Seal connection with non-shrink grout. 12 2. Drainage Channels 13 a. Where the subdrain discharges into a drainage channel,center the pipe outlet in 14 a 2-foot by 2-foot concrete riprap pad. 15 b. Place the riprap to match the contour and grade of the embankment slope. 16 c. Cut the pipe to the slope of the riprap. 17 3. Retaining Walls 18 a. Where the subdrain discharges through the face of a retaining wall,cut pipe to 19 be flush with the face of wall. 20 F. Backfill 21 1. Place backfill over the pipe in accordance with City Standard Details and Section 22 33 05 10 or as shown on the Drawings 23 3.5 RESTORATION 24 A. Surface Restoration 25 1. In unpaved areas,restore surface in accordance with Section 32 91 19 and Section 26 32 92 13,as appropriate. 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 END OF SECTION 37 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334600-6 SUBDRAINAGE Page 6 of 6 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.13—Bid Item name updated to match Bid List 2.2.13—Updated reference for Filter Material 1 r CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334920-1 CURB AND DROP INLETS Page 1 of 5 1 SECTION 33 49 20 2 CURB AND DROP INLETS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Construction of inlets, complete in place or to the stage detailed 7 a. Including furnishing and installing frames, grates,rings and covers 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 I —General Requirements 13 3. Division 3—Concrete 14 4. Section 02 41 13—Selective Site Demolition 15 5. Section 03 30 00—Cast-In-Place Concrete 16 6. Section 03 80 00—Modifications to Existing Concrete Structures 17 7. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 18 8. Section 33 05 13—Frame,Cover and Grade Rings 19 9. Section 33 05 14—Adjusting Manholes,Inlets,Valve Boxes and Other Structures 20 to Grade 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be per each inlet complete in place. 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each"Inlet"installed for: 28 1) Various types 29 2) Various sizes 30 3. The price bid shall include: 31 a. Furnishing and installing the specified Inlet 32 b. Mobilization 33 c. Excavation 34 d. Hauling 35 e. Disposal of excess materials 36 f. Furnishing,placement and compaction of embedment 37 g. Furnishing,placement and compaction of backfill 38 h. Concrete 39 i. Reinforcing steel 40 j. Mortar CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334920-2 CURB AND DROP INLETS Page 2 of 5 1 k. Aluminum and castings 2 1. Frames 3 in. Grates 4 n. Rings and covers 5 o. Clean-up 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification,unless a date is specifically cited. 11 2. ASTM International(ASTM): 12 a. C478, Standard Specification for Precast Reinforced Concrete Manhole and 13 Inlet Sections. 14 b. D4101, Standard Specification for Polypropylene Injection and Extrusion 15 Materials. 16 c. C309, Standard Specification for Liquid Membrane-Forming Compounds for 17 Curing Concrete. 18 3. Texas Department of Transportation(TxDOT). 19 a. Departmental Materials Specification(DMS): 20 1) 7340,Qualification Procedure for Multi-Project Fabrication Plants of 21 Precast Concrete Manholes and Inlets. 22 1.4 ADMINISTRATIVE REQUIREMENT [NOT USED] 23 1.5 SUBMITTALS 24 A. Submittals shall be in accordance with Section 0133 00. 25 B. All submittals shall be approved by the City prior to delivery. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 27 A. Product Data 28 1. Precast Concrete Inlet 29 2. Pipe connections at inlet walls 30 3. Stubs and stub plugs 31 4. Admixtures 32 5. Concrete Mix Design 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 BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334920-3 CURB AND DROP INLETS Page 3 of 5 I PART2- PRODUCTS 2 2.1 OWNER-FURNISHED JOR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 4 A. Materials 5 1. Concrete 6 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 7 2. Reinforcing Steel 8 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 9 3. Mortar 10 a. Furnish mortar per Section 03 80 00. 11 4. Steps 12 a. Provide polypropylene supports and steps conforming to the shape and 13 dimensions shown on the Drawings that meet the requirements of ASTM 14 D4101 and ASTM C478, Section 16,"Steps and Ladders." 15 5. Curing Materials 16 a. Curing materials shall conform to the provisions of Division 3. 17 6. Frames,Grates, Rings and Covers 18 a. Provide frames, grates,rings and covers that conform to dimensions and 19 materials shown on Drawings and Section 33 05 13. 20 b. Ensure that covers and grates fit properly into frames and seat uniformly and 21 solidly. 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Removal 29 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 30 2. Drill,dowel,and grout in accordance with Section 03 30 00. 31 3.4 INSTALLATION 32 A. Interface with Other Work 33 1. All types of inlets may be built either in 1 stage or in 2 stages, described as Stage I 34 and Stage 11. 35 a. Build inlets designed to match the final roadway surface in stages. 36 2. Construct the Stage I portion of inlets as shown on the Drawings or as specified in 37 this Section. 38 a. Furnish and install a temporary cover as approved by the Engineer. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334920-4 CURB AND DROP INLETS Page 4 of 5 1 3. Construct Stage II after the pavement structure is substantially complete unless 2 otherwise approved by the Engineer. 3 a. For Stage II, construct the remaining wall height and top of inlet and furnish 4 and install any frames, grates,rings and covers,manhole steps, curb beams or 5 collecting basins required. 6 B. Cast-In-Place Inlets 7 1. Construct cast-in-place inlets in accordance with Section 03 30 00. 8 a. Forms will be required for all concrete walls. 9 b. Outside wall forms for cast-in-place concrete may be omitted with the approval 10 of the Engineer if the surrounding material can be trimmed to a smooth vertical I1 face. 12 2. Cast polypropylene steps into the concrete walls when the concrete is placed, or 13 drill and grout steps in place after concrete placement. 14 C. Inlets for Precast Concrete Drain Pipes 15 1. Construct inlets for precast concrete drain pipes as soon as is practicable after storm 16 drain lines into or through the inlet locations are completed. 17 a. Neatly cut all pipes at the inside face of the walls of the inlet and point up with 18 mortar. 19 D. Inlets for Monolithic Drain Pipes 20 1. Construct bases for inlets on monolithic drain pipes either monolithically with the 21 storm drain or after the storm drain is constructed. 22 E. Inverts 23 1. Shape and route floor inverts passing out or through the inlet as shown on the 24 Drawings. 25 2. Shape by adding and shaping mortar or concrete after the base is cast or by placing 26 the required additional material with the base. 27 F. Finishing Complete Inlets 28 1. Complete inlets in accordance with the Drawings. 29 2. Backfill to original ground elevation in accordance with Section 33 05 10. 30 G. Finishing Stage I Construction 31 1. Complete Stage I construction by constructing the walls to the elevations shown on 32 the Drawings and backfilling to required elevations in accordance with Section 33 33 05 10. 34 H. Stage II Construction 35 1. Construct subgrade and base course or concrete pavement construction over Stage 1 36 inlet construction,unless otherwise approved by the Engineer. 37 2. Excavate to expose the top of Stage I construction and complete the inlet in 38 accordance with the Drawings and these Specifications,including backfill and 39 cleaning of all debris from the bottom of the manhole or inlet. 40 1. Form Removal 41 1. Forms used in the construction of"Inlets"which support vertical loads will remain 42 in place at least 24 hours after the concrete is placed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 334920-5 CURB AND DROP INLETS Page 5 of 5 1 2. Other forms shall remain in place for a minimum time 24 hours after concrete is 2 placed,unless otherwise directed by the Engineer. 3 J. Curing 4 1. Cure all exposed concrete as required in Section 03 30 00. 5 K. Finishing 6 1. Conform to Section 03 30 00. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING 12 A. Refer to Section 33 05 14. 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 20 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised December 20,2012 i 344130-2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 1 2) Furnishing and fabricating frames,windbeams, stiffeners, or required joint 2 backing strips 3 3) Furnishing bolts,rivets, screws,fasteners,clamps,brackets,and sign 4 support connections 5 4) Assembling and erecting the signs 6 5) Preparing and cleaning the signs 7 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies 8 a. Measurement 9 1) Measurement for this Item shall be per each assembly furnished and 10 installed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid for each"Furnish/Install Alum Sign 14 Ground Mount"installed for: 15 a) Various types 16 c. The price bid shall include: 17 1) Fabrication of signs and posts 18 2) Treatment of sign panels required before application of background 19 materials 20 3) Application of the background materials and messages to the sign panels 21 4) Scheduling utility line locates 22 5) Furnishing and fabricating frames,windbeams, stiffeners,or required joint 23 backing strips 24 6) Furnishing bolts,rivets, screws,fasteners,clamps,brackets, and sign 25 support connections 26 7) Assembling and erecting the signs and posts 27 8) Preparing and cleaning the signs 28 4. Installing Ground Mounted Aluminum Sign and Post Assemblies 29 a. Measurement 30 1) Measurement for this Item shall be per each assembly installed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 shall be paid for at the unit price bid for each"Install Alum Sign Ground 34 Mount"installed. 35 c. The price bid shall include: 36 1) Scheduling utility line locates 37 2) Assembling and erecting the signs and posts 38 3) Preparing and cleaning the signs 39 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles 40 a. Measurement 41 1) Measurement for this Item shall be per each sign furnished and installed. 42 b. Payment 43 1) The work performed and materials furnished in accordance with this Item 44 shall be paid for at the unit price bid per each"Furnish/Install Alum Sign 45 Ex. Pole Mount'furnished and installed. 46 c. The price bid shall include: 47 1) Furnishing and installing the aluminum sign 48 2) Furnishing and fabricating frames,windbeams, stiffeners, or required joint 49 backing strips 344130-3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 3) Furnishing bolts,rivets, screws, fasteners, clamps,brackets, and sign 2 support connections 3 4) Assembling and erecting the signs 4 5) Preparing and cleaning the signs 5 6. Installing Aluminum Signs Mounted on Existing Poles 6 a. Measurement 7 1) Measurement for this Item shall be per each sign installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each"Install Alum Sign Ex. Pole 11 Mount'installed. 12 c. The price bid shall include: 13 1) Fabricating the aluminum sign 14 2) Furnishing and fabricating frames,windbeams, stiffeners, or required joint 15 backing strips 16 3) Furnishing bolts,rivets, screws,fasteners, clamps,brackets, and sign 17 support connections 18 4) Assembling and erecting the signs 19 5) Preparing and cleaning the signs 20 7. Removal of Signs 21 a. Measurement 22 1) Measurement for this Item shall be per each sign panel removed,each sign 23 panel and post removed,and each sign panel and post removed and 24 reinstalled. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each"Remove Sign"for: 28 a) Various types 29 b) Various configurations 30 c. The price bid shall include: 31 1) Removal of sign panel and post 32 2) Removal of sign panel 33 3) Backfill 34 4) Excavation 35 5) Returning materials to the City as specified in the plans 36 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification,unless a date is specifically cited. 42 2. American Standard Testing Materials(ASTM) 43 a. ASTM B209-07—"Standard Specification for Aluminum and Aluminum-Alloy 44 Sheet and Plate". 45 b. ASTM D4956—09e 1 —"Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 12,2013 344130-4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A 10 11 /A1011- 10—"Standard Specification for Steel,Sheet and Strip, 2 Hot-Rolled,Carbon, Structural,High-Strength Low-Alloy, High-Strength Low- 3 Alloy with Improved Formability,and Ultra-High Strength". 4 d. ASTM B 117-09—"Standard Practice for Operating Salt Spray(Fog) 5 Apparatus". 6 e. AASHTO M 120-08—"Standard Specification for Zino". 7 3. Texas Manual on Uniform Traffic Control Devices 8 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 9 Transportation,Standard Specifications for Construction and Maintenance of 10 Highways, Streets, and Bridges. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 01 33 00. 14 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 15 specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Shop Drawings 18 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 19 approval prior to fabrication. 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 24 A. Delivery and Acceptance Requirements 25 1. Signs and parts shall be properly protected so that no damage or deterioration 26 occurs during a prolonged delay from the time of shipment until installation. 27 2. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 0150 00. 29 B. Storage and Handling 30 1. Ship,handle,and store completed sign blanks and completed signs so that corners, 31 edges,and faces are not damaged. 32 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 33 night and day,will be acceptable. 34 3. Replace unacceptable signs. 35 4. Store all finished signs off the ground and in a vertical position until erected. 36 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 37 6. Larger signs may be stored outside. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 12,2013 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 PRODUCTS TO BE PURCHASED FROM THE CITY 5 A. Refer to Drawings and Contract Documents to determine if any Items are to be 6 purchased from the City and installed by the Contractor. 7 B. Items eligible for purchase from the City include: 8 1. Aluminum Signs 9 2.2 MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 0160 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 B. Sign blanks 17 1. Sign blanks shall be new,unweathered,milled,rolled and finished aluminum alloy 18 meeting Specifications for 5052H38 as outlined in ASTM B 209—02a. 19 2. Sign blanks shall be free of buckle,crevice,warp, dent,cockles,burrs, corrosion, 20 dirt,grease,oil,white rust,fingerprints and/or other irregularities. 21 3. Sign blanks shall be degreased and etched according to industry standards and shall 22 have an alodined finish applied per MIL-05541 Class IA. 23 4. The thickness of each sign blank shall be uniform throughout. 24 C. Sign sheeting 25 1. Acrylic overlay film 26 a. This film shall be applied to Type I, Type 11, Type IV, Type IX,and other 27 retroreflective sheeting for permanent signing. 28 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 29 1170. 30 c. Film shall be: 31 1) Durable 32 2) Transparent 33 3) Acrylic 34 4) Electronic-cuttable 35 5) Coated with a transparent,pressure sensitive adhesive 36 6) Have a removable synthetic liner—paper liner is not acceptable 37 d. Film colors can include yellow, green,blue,brown,red,and orange. 38 2. Non-reflective vinyl film 39 a. This film shall be applied to Type IV, Type XI(DG3)retroreflective sheeting 40 for permanent signing. The film shall be equal to or better than 3M Scotchcal 41 ElectroCut Film Series 7725. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 12,2013 344130-6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 1 b. Film shall be: 2 1) Durable 3 2) 2 mil opaque cast vinyl 4 3) Coated with a transparent,pressure-sensitive adhesive 5 4) Have a removable synthetic liner—paper line is not acceptable 6 c. Film colors can include yellow,green,blue,brown,red,and orange. 7 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: 8 a. Be combined with other components for permanent signing 9 b. Typically be an unmetallized microprismatic lens retroreflective element 10 material 11 c. Have a smooth outer surface that essentially has the property of the 12 retroreflector over its entire surface 13 1) The adhesive backing shall be pressure-sensitive,require no heat, solvent or 14 other preparation for the adhesion to smooth,clean surfaces. 15 d. Be equal to or better than 3M Series 3930 16 e. Be of colors including white,yellow,green,red,blue,and brown 17 4. Super-high efficiency full cube retroreflective sheeting with pressure sensitive 18 adhesive shall: 19 a. Be combined with other components for permanent signing 20 b. Be a super-high efficiency, full cube retroreflective sheeting having the highest 21 retroreflectivity characteristics at medium and short road distances. 22 c. Typically be a microprismatic retroreflective element material 23 d. Have a smooth outer surface that essentially has the property of retroreflector 24 over its entire surface _ 25 1) The adhesive backing shall be pressure-sensitive,require no heat, solvent or 26 other preparation for adhesion to smooth,clean surfaces. 27 e. Be equal to or better than 3M Series 4000 28 f. Be of colors including white,yellow,green,red,blue,brown, fluorescent 29 yellow, fluorescent yellow green,and fluorescent orange 30 D. Telescoping Steel Sign Post 31 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled 32 Carbon Sheet Steel, Structural Quality ASTM designation A 10 11 /A1011- 10. 33 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 34 3. All posts and anchors shall be manufactured from raw steel, formed and welded on 35 the corner prior to receiving a triple coat protection of inline hot-dipped, galvanized 36 zinc per AASHTO M-120-08 (0.8 ounces per square foot)followed by a chromate 37 conversion coating and a cross-linked polyurethane acrylic exterior coating. 38 4. The interior shall receive a double coat of zinc based organic coating,tested in 39 accordance with ASTM B-117-09. 40 E. Hardware 41 1. Use galvanized steel,stainless steel,or dichromate-sealed aluminum for bolts,nuts, 42 washers, lock washers, screws,and other sign assembly hardware. 43 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. OON CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 12,2013 344130-7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 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 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles,warps,burrs,dents,cockles,or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes,before cleaning and degreasing. 14 4. After cleaning and degreasing,ensure that the substrate does not come into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap-splices by at least 1/4 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes,types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs,sags,and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is 1/16 inch in 3 feet. 37 2. Tolerances are on the outside size. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 12,2013 344130-8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 1 Measurements for outside dimensions shall be made at least 2 inches from end of .� 2 tube. 3 Nominal Outside Outside Tolerance Dimensions at all Side Corners inches inches 1 '/2 X 1 '/2 ±0.006 1 3/4 X I % ±0.005 2 X 2 ±0.008 2 '/4 X 2 '/4 ±0.010 2 '/z X 2 '/z ±0.010 4 5 3. Permissible variation in wall thickness is plus 0.011 inches,minus 0.008 inches. 6 4. Measured in the center of the flat side tolerance is±0.01 inch applied to the 7 specific size determined at the corner. 8 5. Squareness of Sides and Twist 9 10 11 Nominal Squareness Twist Permissible in 3 Outside Tolerance inches Lengths Dimensions (inches) (inches) inches 1 '/2 X 1 '/2 ±0.009 0.050 1 3/4 X 1 3/4 ±0.010 0.062 2 X 2 ±0.012 0.062 21/4X 2 '/4 ±0.014 0.062 2'/2 X 2 '/2 ±0.015 0.075 12 13 6. All top posts must be capable of fracturing at the point of connection with a single 14 anchor,when impacted, in such a manner that the piece inside of the anchor can be 15 removed so as to allow the anchor to receive a new top post. 16 7. The shape of all posts and anchors shall be square and straight with smooth tubing 17 welded in one corner with a tolerance that permits telescoping of the next larger or 18 small size, in '/4-inch increments. 19 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch 20 diameter on 1-inch centers for at least the top 4 inches of the anchor while being 21 truly aligned in the center of the section. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 12,2013 344130-9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 1 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on 1- 2 inch centers for the entire length of the post and truly aligned in the center of 3 section. 4 5 3.5 REPAIR/RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED) 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 1 I A. Wash completed signs with a biodegradable cleaning solution acceptable to the 12 manufacturers of the sheeting, colored transparent film,and screen ink to remove 13 grease,oil,dirt, smears, streaks,finger marks, and other foreign material. 14 B. Wash again before final inspection after erection. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Changes to vinyl film,added sign removal bid item 21 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 12,2013 347113-1 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 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 42 4) Return of the Portable Message Sign post-construction CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 shall be paid for at the unit price bid per each"Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 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. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 21 3. Item 502,Barricades, Signs,and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets,and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 27 implementing Traffic Control within 500 feet of a traffic signal. 28 B. Sequencing 29 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 30 approved by the City and design Engineer before implementation. 31 1.5 SUBMITTALS 32 A. Provide the City with a current list of qualified flaggers before beginning flagging 33 activities. Use only flaggers on the qualified list. 34 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 35 Engineering Division,311 W. 10ffi Street. The Traffic Control Plan(TCP)for the 36 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 37 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 38 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 39 Engineer. 40 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 41 Specifications. The Contractor will be responsible for having a licensed Texas 42 Professional Engineer sign and seal the Traffic Control Plan sheets. 43 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised November 22,2013 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s)developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 18 Device List(CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications—Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100611 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning,replacing, straightening, 7 covering,or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 12 lights,signs,or other precautionary measures for the protection of persons or property),the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments,can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 26 approved by the Engineer,to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 turn-ons,street light pole installation,or other construction will be done during peak traffic 29 times(AM: 7 am—9 am,PM: 4 pm-6 pm). 30 L. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service,the American 33 Traffic Safety Services Association,the National Safety Council,or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 5 " 1 5. Provide and maintain flaggers at such points and for such periods of time as may be 2 required to provide for the safety and convenience of public travel and Contractor's 3 personnel,and as shown on the Drawings or as directed by the Engineer. 4 a. These flaggers shall be located at each end of the lane closure. 5 M. Removal 6 1. Upon completion of Work, remove from the Site all barricades, signs,cones, lights 7 and other Traffic Control Devices used for work-zone traffic handling in a timely 8 manner,unless otherwise shown on the Drawings. 9 3.4 REPAIR/RESTORATION [NOT USED] 10 3.5 RE-INSTALLATION [NOT USED] 11 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 21 CITY OF FORT WORTH BUNCHE PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1000831100621 Revised November 22,2013 ADDITIONAL TERMS Requirement that Law Be Quoted in Covered Contracts. - Certain Requirements Pertaining to Section 3 of the Housing and Urban Development Act of 1968 as Amended (12 U.S.C. Sections 1701 et seq.) and its Related Regulations at 24 CFR Part 135 If the construction of the Required Improvements will cause the creation of new employment, training, or contracting opportunities on a contractor or subcontractor level resulting from the expenditure of the CDBG Funds, Developer shall comply with the following and will ensure that its contractors also comply. If the work performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from HUD, Section 3 of 24 CFR 135.38 ("Section 3") requires that the following clause, shown in italics, be inserted in all covered contracts ("Section 3 Clause") : Section to be quoted in covered contracts begins: "A. The work to be performed under this contract is subject to the requirements of Section 3 of Housing and Urban Development Act of 1968, as amended, 12 U.S.C. section 1701 u (Section 3) . The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assisted or HUD-assisted programs covered by Section 3, shall to the greatest extent feasible, be directed to low- and very-low income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which it has a collective bargaining AMA agreement or other understanding, if any, a notice advising the labor organization or workers' representatives of the contractor's commitments under this Section 3 clause and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprentice and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees that it will include this Section 3 clause in every subcontract to comply with regulation in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the subcontractor has been found in violation of regulations in 24 CFR 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled: (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 14 CFR Part 135. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the subcontractor has been found in violation of regulations in 24 CFR 135. F. Noncompliance with HUD's regulation in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 5 of 7 and Education Assistance Act (25 U.S.C. section 450e) also applies to the work to be performed under this Contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award r^ of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b) . " Section to be quoted in covered contracts ends. No Discrimination in Employment during the Performance of this Contract. During the performance of this Contract, Developer agrees to the following provision, and will require for the construction of the Required Improvements that its contractors, subcontractors, and vendors also comply with such provision by including it in all contracts with its contractors, subcontractors, or vendors: [Contractor's, Subcontractor's or Vendor's Name] will not unlawfully discriminate against any employee or applicants for employment because of race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. [Contractor's, Subcontractor's or Vendor's Name] will take affirmative action to ensure that applicants are hired without regard to race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender and that employees are treated fairly during employment without regard to their race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. [Contractor's, Subcontractor's or Vendor's Name] agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth �1 the provisions of this nondiscrimination clause. [Contractor's, Subcontractor's or Vendor's Name] will, in all solicitations or advertisements for employees placed by or on behalf of [Contractor's, Subcontractor's or Vendor's Name] , state that all qualified applicants will receive consideration for employment without regard to race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. [Contractor's, Subcontractor's or Vendor's Name] covenants that neither it nor any of its officers, members, agents, employees, or contractors, while engaged in performing this Contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age or because of any disability or perceived disability, except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. [Contractor's, Subcontractor's or Vendor's Name] further covenants that neither it nor its officers, members, agents, employees, contractors, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement. Certification Regarding Lobbying. The undersigned representative of Developer hereby certifies, to the best of his or her knowledge and belief, that: City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 6 of 7 No Federal appropriated funds have been paid or will be paid, by or on behalf of Developer, to any person for influencing or attempting to influence an officer or employee of any Developer, a member of Congress, an officer or employee of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Developer, member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, Developer shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this Contract was made or entered into. Submission of this certificate is a prerequisite for making or entering into this Contract imposed by 31 U.S.C. Section 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000. 00 for each such failure. Developer shall require that the language of this certification be included in all subcontracts or agreements involving the expenditure of federal funds. City of Fort Worth Professional Services Agreement Amendment Template PMO Official Release 8/1/2012 Page 7 of 7 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BUNCHPARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 '1'O'1'tfd`d 3fJVd'E4t-piE aWn1OA NO11100v aveNno t Hpnsa ziai HIHOM 1110:1A0"0 ""- ywi P`o j b 10 A011ttpd v '' *0Y 7i ]�3 30 omns AmvUNn08 Bpd a��naoatd 33 ! + # Fxe ... a t t �§� � 'g4 •��aB xliN; _ i 01 If if 4. " a v t itR 1... - r- ----------- �,.-... - __���-._ _-=...,,. .__-- .� .,.,.rte_--------------b _! _ rffA (�i ��� �'1 Y1��� � S �• t ` �t t `ys +� �' •�� /�r� � ., rrXr e Y ��bL�1 �� �� � i��#f� A If ff� �� >r ft a •���� ���5` � #�E� ! ery t• ill riji gig r 'rr � 44 E t it a �' p -••• IFM^MAitlt�t� r i tiK'� 'iM18 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BUNCH PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 ATTACHMENT 1A 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, LLC Offeror PROJECT NAME: M/W/DBE 01 NON-M/W/DBE Bunche ParkBIO DATE 05/03/2018 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 15 Bio 3.25 % 100083/100621 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 st tier, a payment by a subcontractor to its supplier is considered 2nd 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 -' 414� 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 SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax r B B B Work Purchased Email E E Contact Person E MCS 1 Benches and $11,500.00 836 Big Sky Lane Tables Ft. Worth, TX76131 ❑ Ruben Martinez 817-975-8641 rmartinez.mcs@gmail.com Cowtown RediMix 1 Concrete $35,200.00 P.O. Box 162327 Ft. Worth, TX 76161 El Ulrich 817-759-1919 maxcowtown@yahoo.com GJ Seeding, LLC 1 Temporary $13,320.00 1080 S Burleson Blvd. Irrigation and Burleson, TX 76028 ❑ Seeding 817-426-8284 gjseeding@yahoo.com American Striping Co. 1 Pavement $2,250.00 11551 Ravenview Striping Dallas, TX 75253 F]972-557-8565 americanstriping@msn.com Playwell Group Inc. 1 Playground $18,735.94 9430 San Mateo Blvd., Surfaces NE, Unit G Albuquerque, NM 87113 800-796-1816 Barnsco, Inc. 1 Reinforcing Steel $8,600.00 P.O. Box 541087 and Concrete Dallas, TX 75354 Accessories 817-740-2400 El Greg@barnsco.com Rev.2/10/15 FUR_TWaRT_H ATTACHMENT 1A �r 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 SUBCONTRACTORISUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M w Dollar Amount Telephone/Fax r e B B Work Purchased Email E E Contact Person E Thompson Pipe Group 1 12" RCP $4,349.60 800 CR 209 Alvarado, TX 76009 El817-783-3444 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev.2/10/15 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 11,500.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 82,455.54 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 93,955.54 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 Change/Addition 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. CN4 EL A 41ML_1CW 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 mike@northstar9lcom Address E-mail Address Fort Worth, Texas 76117 05/07/2018 City/State/Zip Date Rev.2/10/15 F--URTWfJ�RT I-I 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 15 %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 MfWBE Office at(817)212-2674. Rev.2/10/15 ATTACHMENT 1 B 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: MNV/DBE X NON-MM//DBE Bunche ParkBID DATE 05/03/2018 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 15 % 3.25 % 100083/100621 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 Purchasing Division no later than 2:00 p.m., on the second City business day after bid openinq,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 not less than one 1 year. /' 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@northstar93.com Address Email Address Fort Worth, Texas 76117 05/07/2018 City/State2ip Date Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FOR�T �T, H City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Northstar Construction, LLC Offeror PROJECT NAME: M!W/DBE X NON-MNV/DBE Bunche ParkBID DATE 05/03/2018 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 15 Bio 3.25 Bio 100083/100621 If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting 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. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Erosion Control Concrete Pavement Striping Reinforcing Steel Excavation, Grading Concrete Accessories Grass Seeding Wood Forms Storm Drain Pipe Rev.2/10/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2)months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. X Yes Date of Listing 04 117 /2018 No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of fine and address and a dated copy of letter mailed.) x No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? X Yes (If yes,attach list to include name of MBE firm,person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) X No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? X Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? X Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes,attach all copies of quotations.) X No 10.) Was the contact information on any of the listings not valid? X Yes (If yes,attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The 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 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 shall create a material breach of 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. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office11/ �9�aI7 A// C.1�1.4� f 1. I'1EIA1ucH Authorized Signature Printed Signature President Title Contact Name and Title(if different) Northstar Construction, LLC 817-244-8885 817-244-8886 Company Name Phone Number Fax Number 2112 Solona Street mike@northstar93.com Address Email Address Fort Worth, Texas 76117 05/07/2018 City/State/Zip Date Rev.2/10/15 Herrera, Christina From: Valle, Melani Sent: Tuesday, May 29, 2018 4:00 PM To: West,Jennifer Cc: Herrera, Christina Subject: RE: 100083 Bunche Park Jennifer, You are correct I did not require additional paperwork from the Contractor. Thanks, Melani Valle, MCA, ECMCA Sr. Contract Compliance Specialist Economic Development Department—Office of Business Diversity 1150 South Freeway, Suite 144 Fort Worth,TX 76104 P:(817)392-2675 F:(817)392-2681 Melani.Val le@fortworthtexas.gov www.fortworthtexas.govtbusinessdiversity City of Fort Worth-Working together to build a strong community. FORT WORTH, -�� � How am I doing?Please contact my supervisor: Gwen.Wilson@fortworthtexas.gov From:West,Jennifer Sent:Tuesday, May 29, 2018 3:38 PM To:Valle, Melani<Melani.Valle@fortworthtexas.gov> Cc: Herrera, Christina <Christina.Herrera @fortworthtexas.gov> Subject: FW: 100083 Bunche Park Melani, Thank you for taking the time to talk with me. Per our conversation, DBE paperwork is required since this project has CDGB funding. We only received MBE paperwork from the contractor. Will you please confirm that you did not require the contractor to resubmit DBE paperwork? Christina... please print the reply and attach it to the routing form. The MWBE goal is 14%, not 15%. Thank you, Jennifer West Management Analyst I Transportation and Public Works 200 Texas Street 1 Fort Worth, Texas 76102 817.392.7233 Phone 817.392.8092 Fax Jennifer.Westgfortworthtexas.gov City of Fort Worth— Working together to build a strong community. FORT WORTH From: Herrera,Christina Sent:Tuesday, May 29, 2018 3:18 PM To:West,Jennifer<Jennifer.West@fortworthtexas.pov> Subject: FW: 100083 Bunche Park Did we ever hear anything back on this? Christina Herrera Administrative Assistant Parks & Recreation Department 817-392-5766—Office 817-392-5084— Fax christina.herrera(c)-fortworthtexas.gov City of Fort Worth— Working together to build a strong community FORTWORTH. From:West,Jennifer Sent:Thursday, May 24, 2018 3:56 PM To: Wilson, Patty J.<Patty.Wilson@fortworthtexas.gov> Cc: Herrera, Christina <Christina.Herrera@fortworthtexas.gov>; Rice,Tonda <Tondolohotedha.Rice @fortworthtexas.eov>; Wilson, Gwen<Gwen.Wilson@fortworthtexas.gov> Subject: 100083 Bunche Park Patty, Thank you for taking the time to research this project for us. I will be out of the office tomorrow. If you are unable to resolve this today, please reply all to this email with the information you find out. Have a safe and relaxing Memorial Day weekend! Thank you, Jennifer West Management Analyst I Transportation and Public Works 2 200 Texas Street Fort Worth, Texas 76102 817.392.7233 Phone 817.392.8092 Fax Jennifer.West@fortworthtexas.gov City of Fort Worth— Working together to build a strong community. FORT WORTH 3 GC-6.07 Davis Bacon Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BUNCHPARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 6/13/2018 https://www.wdol.govtwdol/scafiles/davisbaconfrX322.dvb?v=1 General Decision Number: TX180322 01/12/2018 TX322 Superseded General Decision Number: TX20170322 State: Texas Construction Type: Building County: Tarrant County in Texas. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 1 01/12/2018 ASBE0021-011 06/01/2016 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe and Mechanical System Insulation)....$ 24.32 7.52 ---------------------------------------------------------------- BOIL0074-003 01/01/2017 Rates Fringes BOILERMAKER......... ... ..........$ 28.00 22.35 ---------------------------------------------------------------- CARP1421-002 04/01/2016 Rates Fringes MILLWRIGHT.................... ...$ 26.60 8.65 --•-------------------------------------------------------------- * ELEV0021-006 01/01/2018 Rates Fringes ELEVATOR MECHANIC.............. ..$ 39.97 32.645+a+b FOOTNOTES: A. 6% under 5 years based on regular hourly rate for all https://www.wdol.gov/wdol/Scafiies/davisbaconfTX322.dvb?v=1 1/6 6/13/2018 https://www.vAol.govtwdol/scaflies/davisbacon[rX322.dvb?v=1 hours worked. 8% over 5 years based on regular hourly rate for all hours worked. B. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Veterans Day. ---------------------------------------------------------------- ENGIO178-005 06/01/2014 Rates Fringes POWER EQUIPMENT OPERATOR (1) Tower Crane....... .. .. ..$ 29.00 10.60 (2) Cranes with Pile Driving or Caisson Attachment and Hydraulic Crane 60 tons and above.....$ 28.75 10.60 (3) Hydraulic cranes 59 Tons and under.. ... . ... .. .. .$ 27.50 10.60 ---------------------------------------------------------------- IRON0263-005 06/01/2017 Rates Fringes IRONWORKER (ORNAMENTAL AND STRUCTURAL)................ .. .. ..$ 23.25 7.32 ---------------------------------------------------------------- PAIN0053-004 04/01/2014 Rates Fringes PAINTER (Brush, Roller, and Spray (Excludes Drywall Finishing/Taping)).. ....... .... ..$ 16.40 5.45 ---------------------------------------------------------------- PLUM0146-003 05/01/2016 Rates Fringes PIPEFITTER (Excludes HVAC Pipe Installation)... ....... .. ...$ 29.48 8.30 ---------------------------------------------------------------- SUTX2014-048 07/21/2014 Rates Fringes BRICKLAYER.... ....... .... .. ......$ 20.66 0.00 CARPENTER, Excludes Drywall Hanging, Form Work, and Metal Stud Installation................$ 15.47 1.82 CEMENT MASON/CONCRETE FINISHER...$ 13.44 0.00 DRYWALL FINISHER/TAPER....... .. ..$ 16.24 3.94 DRYWALL HANGER AND METAL STUD INSTALLER... ...... ..... .. .. .. .. ..$ 16.20 3.40 ELECTRICIAN (Alarm Installation Only)..... .. ........$ 18.00 0.38 ELECTRICIAN (Low Voltage Wiring Only).. ....... ......... ...$ 14.88 2.15 https:/Avww.vAol.govtwdol/scafiiles/davisbaconrFX322.dvb?v=1 2/6 6/13/2018 https://www.wdol.govtwdol/scafiies/davisbacon/TX322.dvb?v=1 ELECTRICIAN (Sound and Communication Systems Only).. ....$ 17.79 2.41 ELECTRICIAN, Excludes Low Voltage Wiring and Installation of Alarms/Sound and Communication Systems. ..... ..$ 20.59 3.98 FORM WORKER........ .. ... ...... ...$ 12.35 0.00 GLAZIER.. ... ...... ....... .. ..... .$ 16.61 2.96 HVAC MECHANIC (HVAC Unit Installation Only)....... .. ..... .$ 22.39 7.10 INSTALLER - SIDING (METAL/ALUMINUM/VINYL)... ..... .. .$ 15.77 0.00 IRONWORKER, REINFORCING.. .. ......$ 12.19 0.00 LABORER: Common or General.... ..$ 11.30 0.00 LABORER: Mason Tender - Brick...$ 10.50 0.00 LABORER: Mason Tender - Cement/Concrete. ......... .. ..... .$ 10.81 0.00 LABORER: Pipelayer...... .... .. ..$ 13.00 0.35 LABORER: Roof Tearoff.. .........$ 11.28 0.00 LABORER: Landscape and Irrigation.......................$ 10.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.... ...$ 13.09 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 13.93 0.00 OPERATOR: Bulldozer..... .. .... ..$ 18.29 1.31 OPERATOR: Drill........ .... .....$ 17.60 0.50 OPERATOR: Forklift...... .. ......$ 14.20 0.00 OPERATOR: Grader/Blade... ... .. ..$ 12.95 0.00 OPERATOR: Loader.. .. ...... ... ...$ 12.89 1.19 OPERATOR: Mechanic. ... .. .... .. ..$ 17.52 3.33 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).. ..... ..$ 18.44 0.00 OPERATOR: Roller.... .... ..... .. .$ 15.04 0.00 PIPEFITTER (HVAC Pipe Installation Only)....... ....... .$ 21.28 4.45 PLASTERER......... .. ... .. .... .. ..$ 15.30 0.00 PLUMBER, Excludes HVAC Pipe Installation........ ... .. .... .. ..$ 22.10 4.17 https://www.wdol.govtwdol/scafiles/davisbacon[TX322.dvb?v=1 3/6 6/13/2018 https://www.v4dol.gov/wdol/scafiles/davisbacon/TX322.dvb?v=1 ROOFER................... .. ..... .$ 15.70 0.58 SHEET METAL WORKER (HVAC Duct Installation Only)....... .. ..... .$ 21.54 5.59 SHEET METAL WORKER, Excludes HVAC Duct Installation... .. ..... .$ 18.63 0.65 SPRINKLER FITTER (Fire Sprinklers). ........ ..... .. ..... .$ 19.27 3.68 TILE FINISHER.. ....... .. .........$ 11.22 0.00 TILE SETTER... ....... .... ..... ...$ 12.00 0.00 TRUCK DRIVER: Dump Truck.. ..... .$ 12.39 1.18 TRUCK DRIVER: Flatbed Truck. .. ..$ 19.65 8.57 TRUCK DRIVER: Semi-Trailer Truck.......... ......... .. ... ....$ 12.50 0.00 TRUCK DRIVER: Water Truck...... .$ 12.00 4.11 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate https://www.wdol.gov/wdol/scafiles/davisbaconrFX322.dvb?v=1 4/6 6/13/2018 https://www.wdol.gov/wdol/scafiles/davisbaconrFX322.dvb?v=1 (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUMO198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2O12-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS https://www.wdol.gov/wdol/scafiiles/davisbaconrrX322.dvb?v=1 516 6/13/2018 https://www.wdol.gov/wdol/scafiles/davisbacon/rX322.dvb?v--1 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- ---------------------------------------------------------------- END OF GENERAL DECISION https://www.v4dol.govtwdol/scafiles/davisbaconrrX322.dvb?v=1 6/6 GR-01 60 00 Addendum of Federal Requirements for CDBG Funds and City Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BUNCHPARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100083/100621 Revised July 1,2011 tao 0 00 Z 0 LU o:;; 0 Li- W- w 0 CL fA .0 &, — 4�— — — 4- 4A CL E -0 0 >- r-:2 r- o m m C — C)2 00 15 —r- w cc E X w X W LA E w E r- 14 F w -0 C: = a m m CL CL 00 a 0 co 2 r_ 3: "*a: 0 E AR o 0 U0 CC:2 V) C J 5 "n U- CL Qn (j 0 m- e 000 G) (2) S (ID, (Dyll ® fv� fo� fR� f� kry \ry \:v IA 0 V z .00 E c CI. >- r U v m . Z3 V Im 7. c3 y 41) Im —4 4CL E, r to co o fel Q c a wi cr 0 Mw 0 m V GR-01 60 00 Community Development Block Grant (CDBG) THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH BUNCHPARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 1 00083/1 0062 1 Revised July 1,2011 This Addendum is hereby incorporated into the agreement by reference herein for all purposes. ADDENDUM OF FEDERAL REQUIREMENTS FOR CDBG FUNDS AND CITY REQUIREMENTS Developer: Park and Recreation Department, City of Fort Worth Contractor: Northstar Construction,LLC Project: Construction of Improvements at Bunche Park Developer and the Neighborhood Services Department of the City of Fort Worth have entered into a Letter of Agreement ("LOA")to construct all or a portion of the improvements at Bunche Park with CDBG funds. Contractor and the City of Fort Worth ("City") have entered into City Secretary Contract No. (the "Construction Contract") for construction of the improvements on the Bunche Park Project. Developer has entered into this Agreement with Contractor to perform the Work at Bunche Park as defined in Exhibit A-1 to said Agreement. The LOA requires that the Developer and Contractor include certain provisions from the LOA pertaining to requirements for use of federal funds in every contract Developer and Contractor enter into which is paid in whole or in part with the CDBG Funds supplied by City. Capitalized terms not defined in this Addendum shall have the meaning set out in the LOA. The following sections from the CDBG Contract shall be binding and incorporated into any contract or agreement between Contractor and Developer: 6.4 Lead-Based Paint Requirements. If applicable,Developer will comply with Federal lead-based paint requirements including lead screening in housing built prior to 1978 in accordance with 24 CFR Part 570.608 and 24 CFR Part 35, subparts A, B, J, K, M, and R, and the Lead: Renovation, Repair and Painting Program Final Rule, 40 CFR Part 745, in any construction and/or rehabilitation of the Required Improvements. 6.6 Contractor,Vendor and Subcontractor Requirements. Developer will use commercially reasonable efforts to ensure that all contractors or vendors utilized by Developer in the construction of the Required Improvements or subcontractors utilized by Developer's general contractor are appropriately licensed and such licenses are maintained throughout the construction of the Required Improvements. Developer shall ensure that all subcontractors or vendors utilized by Developer or subcontractors utilized by Developer's general contractor in the construction of the Required Improvements are not debarred or suspended from performing the contractor's,subcontractor's or vendor's work by the City,the State of Texas, or the Federal government. Developer acknowledges that 24 CFR Part 85.35 forbids Developer from hiring or continuing to employ any contractor,subcontractor or vendor that is listed on the Federal Excluded Parties List System for Award Management,www.sam.gov ("SAM"). Developer must confirm by search of SAM that all contractors, subcontractors or Addendum of Federal Requirements 6.7.18 Bunche Park Project 1 vendors are not listed as being debarred, both prior to hiring and prior to submitting a Reimbursement Request which includes invoices from any such contractor, subcontractor or vendor. Failure to submit suchrp oofs of search shall be an event of default. In the event that City determines that any contractor, subcontractor or vendor has been debarred, suspended, or is not properly licensed, Developer or Developer's general contractor shall immediately cause such contractor, subcontractor or vendor to stop work on the Required Improvements and Developer shall not be reimbursed for any work performed by such contractor, subcontractor or vendor. However,this Section should not be construed to be an assumption of any responsibility or liability by City for the determination of the legitimacy,quality,ability,or good standing of any contractor, subcontractor or vendor. Developer acknowledges that the provisions of this Section pertaining to SAM shall survive the termination of this Contract and be applicable for the length of the Performance Period. 8.1 Environmental Review. Funds will not be paid,and costs cannot be incurred until City has conducted and completed an Environmental Review Record as required by 24 CFR Part 58. The environmental review may result in a decision to proceed with, modify, or cancel the project. Further, Developer will not undertake or commit any funds to physical or choice limiting actions including if applicable property acquisition, demolition, movement, rehabilitation, conversion, repair or construction prior to the environmental clearance. Any violation of this provision will (i) cause this Contract to terminate immediately; (ii) require Developer to repay City in accordance with the provisions of Section 5.6.1.8 within 30 days of termination under this Section; and (iii) forfeit any future payments of CDBG Funds. 8.1.2 Mitigation. Developer must take the mitigation actions outlined in Exhibit "A-2" — Environmental Mitigation Actions. Failure to complete the required mitigation action is an event of default under this Contract. 8.5 Compliance with Davis-Bacon. If applicable, Developer and its general contractor and all lower tier subcontractors will comply with the Davis-Bacon Act as described in Section 14.14 and Exhibit"H"—Davis-Bacon Requirements - Federal Labor Standards Provisions. 8.13 Terms Applicable to Contractors, Subcontractors and Vendors. Developer understands and agrees that all terms of this Contract, whether regulatory or otherwise, shall apply to any and all contractors, subcontractors and vendors of Developer which are in any way paid with CDBG Funds or who perform any work in connection with the Required Improvements. Developer shall cause all applicable provisions of this Contract to be included in and made a part of any contract or subcontract executed in the performance of its obligations hereunder, including if applicable its obligations regarding the CDBG Regulations, the CDBG Requirements,the City Requirements, and the National Objective during the Performance Period. Developer shall monitor the services and work performed by its contractors, subcontractors and vendors on a regular basis for compliance, as applicable, with the CDBG Regulations, the CDBG Requirements, the City Requirements and the National Objective as well as the Contract provisions. Developer must cure all violations of the CDBG Regulations committed by its Addendum of Federal Requirements 6.7.18 Bunche Park Project 2 contractors, subcontractors or vendors. City maintains the right to insist on Developer's full compliance with the terms of this Contract and the CDBG Regulations, and Developer is responsible for such compliance regardless of whether actions taken to fulfill the requirements of this Contract are taken by Developer or by Developer's contractors, subcontractors or vendors. Developer acknowledges that the provisions of this Section shall survive the earlier termination or expiration of this Contract and be applicable for the length of the Performance Period and for 5 years thereafter. 14.10 Compliance With All Applicable Laws and Regulations. Developer agrees to comply fully with all applicable laws and regulations that are currently in effect or that are hereafter amended during the term of this Contract and throughout the Performance Period. Those laws include, but are not limited to: ➢ CDBG Regulations found in 24 CFR Part 570. ➢ Title I of the Housing and Community Development Act of 1974, as amended, (42 USC 5301 et seq.) ➢ Title VI of the Civil Rights Act of 1964 (42 U.S.C. Sections 2000d et seq.) including provisions requiring recipients of federal assistance to ensure meaningful access by person of limited English proficiency ➢ The Fair Housing Act, Title VIII of the Civil Rights Act of 1968 (42 U.S.C. Sections 3601 et seq.) ➢ Executive Orders 11063, 11246 as amended by 11375 and 12086 and as supplemented by Department of Labor regulations 41 CFR, Part 60 ➢ The Age Discrimination in Employment Act of 1967 ➢ The Age Discrimination Act of 1975 (42 U.S.C. Sections 6101 et seq.) ➢ The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 U.S.C. Sections 4601 et seq. and 49 CFR Part 24) ("URA") ➢ Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. Sections 794 et seq.) and 24 CFR Part 8 where applicable ➢ National Environmental Policy Act of 1969, as amended, 42 U.S.C. sections 4321 et seq. ("NEPA") and the related authorities listed in 24 CFR Part 58. ➢ The Clean Air Act,as amended, (42 U.S.C. Sections 1251 et seq.)and the Clean Water Act of 1977, as amended (33 U.S.C. Sections 1251 et seq.) and the related Executive Order 11738 and Environmental Protection Agency Regulations at 40 CFR Part 15. In no event shall any amount of the assistance provided under this Contract be utilized with respect to a facility that has given rise to a conviction under the Clean Air Act or the Clean Water Act. ➢ Immigration Reform and Control Act of 1986 (8 U.S.C. Sections 1101 et seq.) specifically including the provisions requiring employer verifications of legal status of its employees ➢ The Americans with Disabilities Act of 1990 (42 U.S.C. Sections 12101 et seq.), the Architectural Barriers Act of 1968 as amended (42 U.S.C. sections 4151 et seq.) and the Uniform Federal Accessibility Standards, 24 CFR Part 40,Appendix A ➢ Regulations at 24 CFR Part 87 related to lobbying, including the requirement that certifications and disclosures be obtained from all covered persons ➢ Drug Free Workplace Act of 1988 (41 U.S.C. Sections 701 et seq.) and 24 CFR Part Addendum of Federal Requirements 6.7.18 Bunche Park Project 3 23, Subpart F ➢ Executive Order 12549 and 24 CFR Part 5.105(c) pertaining to restrictions on participation by ineligible, debarred or suspended persons or entities ➢ Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act ➢ Guidelines of the Environmental Protection Agency at 40 CFR Part 247 ➢ For contracts and subgrants for construction or repair, Copeland"Anti-Kickback" Act (18 U.S.C. 874) as supplemented in 29 CFR Part 5 ➢ For construction contracts in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers, Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327A 300) as supplemented by 29 CFR Part 5 ➢ Lead-Based Paint Poisoning Prevention Act (42 U.S.C. 4801 et seq.), as amended by the Residential Lead-Based Paint Hazard Reduction Act of 1992 (42 U.S.C. 4851 et seq.) and implementing regulations at 24 CFR Part 35, subparts A, B, M, and R ➢ Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, 2 CFR Part 200 et seq. ➢ Federal Funding Accountability and Transparency Act of 2006, (Pub.L. 109-282, as amended by Section 6205(a) of Pub.L. 110-252 and Section 3 of Pub.L. 113-101) ➢ Federal Whistleblower Regulations, 10 U.S.C. 2409, 41 U.S.C. 4712, 10 U.S.C. 2324, 41 U.S.C. 4304 and 41 U.S.C. 4310. 14.11 HUD-Assisted Proiects and Employment and other Economic Opportunities; Section 3 Requirements. 14.11.1 Requirement that Law Be Quoted in Covered Contracts. — Certain Requirements Pertaining to Section 3 of the Housing and Urban Development Act of 1968 as Amended (12 U.S.C. Sections 1701 et seg.) and its Related Regulations at 24 CFR Part 135 If the construction of the Required Improvements will cause the creation of new employment,training, or contracting opportunities on a contractor or subcontractor level resulting from the expenditure of the CDBG Funds, Developer shall comply with the following and will ensure that its contractors also comply. If the work performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from HUD, Section 3 of 24 CFR 135.38 ("Section 3") requires that the following clause, shown in italics, be inserted in all covered contracts ("Section 3 Clause"): Section to be quoted in covered contracts begins: "A. The work to be performed under this contract is subject to the requirements of Section 3 of Housing and Urban Development Act of 1968, as amended, 12 U.S.C. section 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assisted or HUD-assisted programs covered by Section 3, shall to the greatest extent feasible, be directed to low- and very-low income persons, particularly persons who are recipients of HUD assistance for housing. Addendum of Federal Requirements 6.7.18 Bunche Park Project 4 R The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. C. The contractor agrees to send to each labor organization or representative of workers with which it has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representatives of the contractor's commitments under this Section 3 clause and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprentice and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions;and the anticipated date the work shall begin. D. The contractor agrees that it will include this Section 3 clause in every subcontract to comply with regulation in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the subcontractor has been found in violation of regulations in 24 CFR 135. E. The contractor will certify that any vacant employment positions, including training positions that are filled: (1) after the contractor is selected but before the contract is executed, and(2)with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. The contractor will not subcontract with any subcontractor where it has notice or knowledge that the subcontractor has been found in violation of regulations in 24 CFR 135. F. Noncompliance with HUD's regulation in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to workperformed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. section 450e) also applies to the work to be performed under this Contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii)preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). " Section to be quoted in covered contracts ends. Addendum of Federal Requirements 6.7.18 Bunche Park Project 5 14.11.2 Developer Responsibilities for Section 3 Requirements. City and Developer understand and agree that compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of HUD shall be a condition of the Federal financial assistance provided to the project binding upon City and Developer, and their respective successors, assigns, contractors and subcontractors. Failure to fulfill these requirements shall subject Developer and its contractors and subcontractors and their respective successors and assigns to those sanctions specified by the grant agreement through which Federal assistance is provided and to such sanctions as are specified by 24 CFR Part 135. Developer's responsibilities include: 14.11.2.1 •Implementing procedures to notify Section 3 residents and business concerns about training, employment, and contracting opportunities generated by Section 3 covered assistance; 14.11.2.2 Notifying potential contractors working on Section 3 covered projects of their responsibilities; 14.11.2.3 Facilitating the training and employment of Section 3 residents and the award of contracts to Section 3 business concerns; 14.11.2.4 Assisting and actively cooperating with the Neighborhood Services Department in making contractors and subcontractors comply; 14.11.2.5 Refraining from entering into contracts with contractors that are in violation of Section 3 regulations; 14.11.2.6 Documenting actions taken to comply with Section 3; and 14.11.2.7 Submitting Section 3 Annual Summary Reports (form HUD- 60002) in accordance with 24 CFR Part 135.90. 14.11.3 Section 3 Reporting Requirements. In order to comply with the Section 3 requirements, Developer must submit the forms attached hereto as Exhibit "I"—Section 3 Reporting Forms. 14.11.3.1 Developer or its contractor must report all applicants for employment by contractor and any subcontractor to City on a quarterly basis. This shall include name, address, zip code, date of application, and status (hired/not-hired) as of the date of the report. 14.11.3.2 Developer or its contractor must advertise available positions to the public for open competition, and provide documentation to City with the quarterly report that demonstrates such open advertisement, in the form of printout of Texas Workforce Addendum of Federal Requirements 6.7.18 Bunche Park Project 6 Commission posting, copy of newspaper advertisement, copy of flyers and listing of locations where flyers were distributed, and the like. 14.11.3.3 Developer or its contractor must report all contracts awarded by contractor and subcontractor to City on a quarterly basis. This shall include name of contractor and/or subcontractor,address,zip code, and amount of award as of the date of the report. 14.12 Prohibition Against Discrimination. 14.12.1 General Statement. Developer, in the execution, performance or attempted performance of this Contract, and in operation of services provided on the Property, shall comply with all non-discrimination requirements of 24 CFR 570.607 and the ordinances codified at Chapter 17, Article III, Division 4 —Fair Housing of the City Code. Developer may not discriminate against any person because of race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression, or transgender, nor will Developer permit its officers, members, agents, employees, vendors, or project participants to engage in such discrimination. This Contract is made and entered into with reference specifically to the ordinances codified at Chapter 17, Article III, Division 3 - Employment Practices of the City Code, and Developer hereby covenants and agrees that Developer, its officers, members, agents, employees, vendors, and contractors, have fully complied with all provisions of same and that no employee, or applicant for employment has been discriminated against under the terms of such ordinances by either or its officers,members, agents, employees, vendors, or contractors. 14.12.2 No Discrimination in Employment during the Performance of this Contract. During the performance of this Contract, Developer agrees to the following provision, and will require for the construction of the Required Improvements that its contractors,subcontractors, and vendors also comply with such provision by including it in all contracts with its contractors, subcontractors, or vendors: [Contractor's, Subcontractor's or Vendor's Name]` will not unlawfully discriminate against any employee or applicants for employment because of race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. [Contractor's, Subcontractor's or Vendor's Name] will take affirmative action to ensure that applicants are hired without regard to race, color,sex,gender,religion,national origin,familial status,disability or perceived disability,sexual orientation,gender identity,gender expression or transgender and that employees are treated fairly during employment without regard to their race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or Addendum of Federal Requirements 6.7.18 Bunche Park Project 7 termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. [Contractor's. Subcontractor's or Vendor's Name] agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. [Contractor's, Subcontractor's or Vendor's _Name l will, in all solicitations or advertisements for employees placed by or on behalf of [Contractor's, Subcontractor's or Vendor's Name] , state that all qualified applicants will receive consideration for employment without regard to race, color, sex, gender, religion, national origin, familial status, disability or perceived disability, sexual orientation, gender identity, gender expression or transgender. [Contractor's. Subcontractor 's or Vendor 's Name 1 covenants that neither it nor any of its officers, members, agents, employees, or contractors, while engaged in performing this Contract, shall, in connection with the employment, advancement or discharge of employees or in connection with the terms, conditions or privileges of their employment, discriminate against persons because of their age or because of any disability or perceived disability, except on the basis of a bona fide occupational qualification, retirement plan or statutory requirement. [Contractor's. Subcontractor's or Vendor's Name further covenants that neither it nor its officers, members, agents, employees, contractors, or persons acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this Contract, a maximum age limit for such employment unless the specified maximum age limit is based upon a bona fide occupational qualification, retirement plan or statutory requirement 14.12.3 Developer's Contractors and the ADA. In accordance with the provisions of the Americans With Disabilities Act of 1990 ("ADA"),Developer warrants that it and any of its contractors will not unlawfully discriminate on the basis of disability in the provision of services to the general public,nor in the availability,terms and/or conditions of employment for applicants for employment with,or employees of Developer or any of its contractors. DEVELOPER WARRANTS IT WILL FULLY COMPLY WITH ADA'S PROVISIONS AND ANY OTHER APPLICABLE FEDERAL, STATE AND LOCAL LAWS CONCERNING DISABILITY AND WILL DEFEND, INDEMNIFY AND HOLD CITY HARMLESS AGAINST ANY CLAIMS OR ALLEGATIONS ASSERTED BY THIRD PARTIES OR CONTRACTORS AGAINST CITY ARISING OUT OF DEVELOPER'S AND/OR ITS CONTRACTORS', AGENTS' OR EMPLOYEES' ALLEGED FAILURE TO COMPLY WITH THE ABOVE-REFERENCED LAWS CONCERNING DISABILITY DISCRIMINATION IN THE PERFORMANCE OF THIS CONTRACT. 14.14 Labor Standards. 14.14.1 As applicable, Developer agrees to comply with the requirements of the Secretary of Labor in accordance with the Davis-Bacon Act (40 U.S.C. 276a-7) as amended, the Addendum of Federal Requirements 6.7.18 Bunche Park Project 8 provisions of Contract Work Hours and Safety Standards Act(40 U.S.C. 327 et seq.) and all other applicable Federal, State and local laws and regulations pertaining to labor standards insofar as those acts apply to the performance of this Contract. Developer agrees to comply with the Copeland Anti-Kick Back Act (18 U.S.C. 874 et seq.) and its implementing regulations of the United States Department of Labor at 29 CFR Part 5. Developer shall maintain documentation that demonstrates compliance with hour and wage requirements of this Contract and the CDBG Regulations. Such documentation shall be made available promptly to City for review upon request. 14.14.2 Developer agrees that, where required by the CDBG Regulations, all contractors engaged under contract for construction, renovation or repair work financed in whole or in part with assistance provided under this Contract, shall comply with Federal requirements adopted by City pertaining to such contracts and with the applicable requirements of the regulations of the Department of Labor under 29 CFR Parts 1, 3, 5 and 7 governing the payment of wages and ratio of apprentices and trainees to journey workers; provided that, if wage rates higher than those required under these regulations are imposed by state or local law, nothing hereunder is intended to relieve Developer of its obligation,if any,to require payment of the higher wage. Developer shall cause or require to be inserted in full provisions meeting the requirements of this paragraph in all such contracts subject to such regulations. 14.14.3 If Davis-Bacon is applicable, Developer shall provide City access to employee payrolls, contractor and subcontractors payrolls and other wage information for persons performing construction of the Development. Payrolls must be submitted to the Neighborhood Services Department weekly, and must be available to Neighborhood Services Department staff upon request. In addition, Developer shall ensure that City will have access to employees, contractors and subcontractors and their employees in order to conduct onsite interviews with laborers and mechanics. Developer shall inform its contractors and subcontractors that City staff and/or Federal agencies may conduct periodic employee wage interview visits during the construction of the Required Improvements to ensure compliance. 14.15 Subcontracting with Small and Minority Firms, Women's Business Enterprises and Labor Surplus Areas 14.15.1 For procurement contracts $50,000.00 or larger, Developer agrees to abide by City's policy to involve Minority Business Enterprises and Small Business Enterprises and to provide them equal opportunity to compete for contracts for construction, provision of professional services, purchase of equipment and supplies and provision of other services required by City. Developer agrees to incorporate the City's BDE Ordinance, and all amendments or successor policies or ordinances thereto, into all contracts and subcontracts for procurement $50,000.00 or larger, and will further require all persons or entities with which it so contracts to comply with said ordinance. 14.15.2 It is national policy to award a fair share of contracts to disadvantaged business enterprises ("DBEs"), small business enterprises ("SBEs"), minority business enterprises ("MBEs"), and women's business enterprises("WBEs"). Accordingly, affirmative steps must be Addendum of Federal Requirements 6.7.18 Bunche Park Project 9 taken to assure that DBEs, SBEs, MBEs, and WBEs are utilized when possible as sources of supplies, equipment, construction and services. 14.15.3 In order to comply with Federal reporting requirements,Developer must submit the form attached hereto as Exhibit "L"—MBE Reporting Form for each contract or subcontract with a value of$10,000.00 or more paid or to be paid with the CDBG Funds. Developer shall submit this form annually by the date specified in Exhibit"L"—MBE Reporting Form. 14.18 Right to Inspect Developer Contracts It is agreed that City has the right to inspect and approve in writing, prior to any charges being incurred, any proposed contracts between Developer and (i) its general contractor and subcontractors, including any lower tier subcontractors engaged in any activity that is funded as a part of the construction of the Required Improvements to ensure they contain Davis-Bacon Act and Section 3 requirements, (ii) vendor contracts arising out of the construction of the Required Improvements, and (iii) any third party contracts to be paid with CDBG Funds. 18. Certification Regarding Lobbying. The undersigned representative of Developer hereby certifies, to the best of his or her knowledge and belief, that: No Federal appropriated funds have been paid or will be paid, by or on behalf of Developer, to any person for influencing or attempting to influence an officer or employee of any Developer, a member of Congress, an officer or employee of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. If any funds other than federally appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Developer, member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, Developer shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying, " in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this Contract was made or entered into. Submission of this certificate is a prerequisite for making or entering into this Contract imposed by 31 U.S.C. Section 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure. Addendum of Federal Requirements 6.7.18 Bunche Park Project 10 Developer shall require that the language of this certification be included in all subcontracts or agreements involving the expenditure of federal funds. Contractor agrees that Contractor is bound by the terms and conditions of the sections of the LOA set out in this Addendum and further agrees that this Addendum is part of the Contract Documents and is incorporated into the Agreement for all purposes. Addendum of Federal Requirements 6.7.18 Bunche Park Project 11 - _ R` '�Tr � � �� N✓. � 3V.fib••'. �4 Af 41 415 .� '.. • -.kyr- t`:..p .i �� 3.�mm� Atssy.:til LN •u �'�J ,y f 46 µ� -Stalcup Rd f z s