Loading...
HomeMy WebLinkAboutContract 51072 CITY 8ECRETARYZ:� d City Secretary4 FORTWORTH.. CONTRACT N0. Construction p Jill Project Manager(_ CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: CAPITAL IMPROVEMENTS at: Deer Creek Park - City Project No. 100418 Remington Pointe Park - City Project No. 100419 Foster Park (South) Erosion Control - City Project No. CO2449 PREPARED FOR: THE CITY OF FORT WORTH, TEXAS Betsy Price David Cooke Mayor City Manager Richard Zavala Director,Park& Recreation Department FUNDED BY: 2014 CIP Bond Program TPW Streets Improvements Fund Capital Reserve Funds Gas Well Revenue Funds Gas Well Interest Funds PREPARED BY: The City of Fort Worth Park & Recreation Department Planning and Resource Management Division 2018 rOIFIFICIAL RECORD 8pC 'Tuy *Orr",yx FORTWORTH® CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: CAPITAL IMPROVEMENTS at: Deer Creek Park - City Project No. 100418 Remington Pointe Park - City Project No. 100419 Foster Park (South) Erosion Control - City Project No. CO2449 PREPARED FOR: THE CITY OF FORT WORTH, TEXAS Betsy Price David Cooke Mayor City Manager Richard Zavala Director, Park& Recreation Department FUNDED BY: 2014 CIP Bond Program TPW Streets Improvements Fund Capital Reserve Funds Gas Well Revenue Funds Gas Well Interest Funds PREPARED BY: The City of Fort Worth Park & Recreation Department Planning and Resource Management Division 2018 FoRTWORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 5 SECTION 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Division 00 General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Bid Proposal Form/Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 12 Bidder Qualification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 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 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 71 23.01 Survey Staking Standards Attachment A 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised May 27,2015(PACS) 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 5 Listed here are Technical Specifications which are required by and/or have been modified specifically for this Project; and are hereby included in the Project's Contract Documents by reference; digital files can be viewed and/or downloaded from the City's Buzzsaw site at: htps:Hproj ectpoint.buzzsaw.com/client/fortworthgov/Resources/02%20- %20Construction%2ODocuments/Specifications Hard copies of these Technical Specifications will be provided when the Project Contract Documents are finalized. Division 02 Existing Conditions 0241 13 Selective Site Demolition 02 41 14 Utilib,Removal/Abandefifnent 0241 15 Paving Removal Division 03 Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 Gentrelled Lew StFe..,,4h nee.e..:et (C en4) 03-34 16 Cener-ete Base Nilate.-ial for-T-feneh Rape:.. 03 8000 Modifications to Existing Concrete Structures Division 11 Equipment 1166 12 Site Underdrain 1167 13 Site Furnishings 1168 14 Playground Equipment 1169 15 Wood Fiber Playground Surfacing Division 26 Electrical 26 05 00 Common Work Results for Electrical 2605 43 r nde..,...eund Duets and Raee..ays f Eleetroeal Syste ffis 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 31 3600 Gabirnis 31 37 00 Riprap Division 32 Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 1123 Flexible Base Courses 32 i 1 29 Lime T-eatedBase C—e; 32 11 33 Gement Tpeffted Base Courses 32 12 16 Asphalt PfA4*g CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised May 27,2015(PACS) 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 5 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings ,2 1-7 25 r4 .I, 32 31-I ;�'I�tti+r I�et}certtt}tf�itt{e� 4-1-4-1 2 32 :1 i 29 Wood 3232 13 Cast-in-Place Concrete Retaining Walls 3233 00 Site Furnishings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 3293 43 Trees and Shrubs Division 33 Utilities 33 {ll 30 S e,-and-131st+}hale e4ti+}; 1t}7pett+r}H 3�? cl 'rnptn Pa+}rl3i+r��t}f-1= i:t+r} eHet- 4Htite+ 3� z};;ca � let�+il lalztlE�tt 3?--�)-1•---i Cel—oii n'tz��'til I�t?1---I-e`ct�;Fit�tt}tt'.i tot4e-F$t1•lt�Elit-�r-OF' t4t4n S''\ste;l 13 1-1 -3 1'el 3Hfi} `,--�vz,'etF i'i`iet, 3=}-(1-1--40-- -N'eFit `tt+tit}`mat+d, e�eptitf} r=l e, +` 33 0 1 10 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 tt' tet- Lone-cH-"elf H--` 33 05 14 Adjusting Manholes, Inlets, Valve Boxes,and Other Structures to Grade 3 3 05 16 teF� ,Iflts 33 05-2,�411L-ej rife 31) stt elft+ tt� 1'-i 1)e )5 23 1 Jand 33 05 2.1 lust l l a t ror'ro l'('cl 33 0526 Utility Markers/Locators 33 05 30 Location of Existing Utilities 13 1 1 1 � 1t4, t+i{ _-ttl}t1 E-)N'.ilctt, 1+e 213gs „i i2 "..I. , '++_�1-N}lt-iride-F1A={=) PFe4!rt+te-])�I}e 3 r 1 1-; ++t. .T«� 1'-te:.,,�+t -Pile Ilei-1ti Izi1�I�etT�; ' ;�tlel _tl�e 31 I I I � 12�}t'teti-� aZT{�t1 ii.-ztltt�-1-1t Ht}�`4 3 �1 1�)` itte� tits, 1-inert _ +ne4l N 12 1 1 1.tf-e Wat er-Yvtctet `I 3; i=1 2-0-�iriiiT.• 33 i2 ^1 AWW A RFtbb ettletl--l3ui—41i V es 1-1 2 2 5 �'om+•.�ciii>}}-to+�-t,T ti--A"{t♦�1�`1 Nit}'t CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised May 27,2015(PACS) 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 5 ;3 i 2 3 0 1�++�+k}int+H�rtr,li+ zrlrr-;� ;r+++Ellie li++ 1'r�fttl�lr� t+tet- �,te++i ��3--I-'_' SIA I=irc�h-Elrz+ntr, TT_ 4ltteF Vit++}+tile-�;ttt�+r,nti 3�l 2--Fid {t}+}rlt+tcak+�, r+11= ztlr fltiet}+h1�. 3+=, -� --1=iE+e+ >!tt„ 1tie+tli/rcecl 1'il>e-1i}r�;rttit� Ott +itttr} e+�e+1 3 ii3 --1-!;,!!1 1 ett tlt--I)01i e l+k-leneA44-14N n-- 20 Po N;n-a1 pe T' 3 1 21- i+ttlet,-Pil)e 2�-- 2 �,tt l ri t t t�-�t 4vef 41 l 1}1 i+}++}4 T,3 I =1 3c., et Plhe I +IMt�tn��t+t -_ -3 I 50 S'lit- Sek' S;t+t ite tail tF+HtfYiilRI-SeIA-ice-1-J,He =r3 _3 9 0 T_ 31) 20 hellcii {I7 Fe�1e li+h}l+f�leti 33 41 10 Reinforced Concrete Storm Sewer Pipe/Culverts X3--1 ' '-,-r-1— -i-1+g-1}4�t}sit=�4��-etl�aene-l4-Il-tl-'I4�'-ifi�e-lige--�tti>t-t}>-��+t+in 33 46 00 Subdrainage 416 1li S'!Hu „I t, , 1 , nom,-��ttn+i� 43 IF X12 1+e-iefi. >+ztttit. 33 4() I0 Gas1--i,+-1?ace Pr1t+nli+�le�-,tncl�ttnrNH+t 1�++tet 33 4i) 2 0nncl-L-DR)p--hi i I-eFti 33 49 40 Stonn Drainage Headwalls and Wingwalls Division 34 Transportation ;-1 f;-1 0- 1=+-t,;; i +i t+I,. Tefi1-pHtztFV4f--aIfi( ice'++itlti 3-1--T1-1� -lie+t+tom-ine--1 rttl�I�tt 4i�t}ttl, 34-4' ', , wee{a++�t+4�t�a�ztpica hhc,1}ing-E�et+e�n 3 I 1 1 16 )ede i,it+;T4�I>t td-4i Ott+t1 �-�l �) -4�r+at4�Z+�-1I4t+n+inttlif+n��4tie+i}1�4+t. 3441 30 Aluminum Signs 3 4 71 -3 1=ra41:ic—(-t*itt*i>I Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions (Geotechnical Report) GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised May 27,2015(PACS) City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/12/2018 DATE: Tuesday, June 12, 2018 REFERENCE NO.: C-28732 LOG NAME: 8000NSTRUCTION CONTRACT-DEER CREEK, REMINGTON POINTE & FOSTER SUBJECT: Authorize Execution of a Construction Contract with Northstar Construction, LLC, in the Amount of $1,088,614.50 for the Construction of Park Improvements at Deer Creek Park, Remington Pointe Park, and , Foster Park and Provide for Additional Project Cost and Contingencies in the Amount of$171,309.64 for a Total Construction Phase Cost of$1,259,924.14 (COUNCIL DISTRICTS 2, 3, and 6) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Northstar Construction, LLC, in the amount of$1,088,614.50 for construction and installation of capital improvements at Deer Creek Park, Remington Pointe Park, and Foster 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$1,088,614.50 for the construction and installation of capital improvements at Deer Creek Park (Council District 6), Remington Pointe Park(Council District 2) and Foster Park(Council District 3). Construction plans and documents were prepared by Park& Recreation Department (PARD) staff. On February 22, 2018 and March 1, 2018, the project was advertised for bids in the Fort Worth Star-Telegram and on the city web site. On March 29, 2018, the following bids were received and tabulated: I BIDDERS BASE BID I BID ALT _ TOTAL I (Northstar Construction, LLC $941,004.50E— $147,610.001 $1,088,614.50 Cole Construction, Inc. $1,033,128.501 $248,768.00 $1,281,896.50 C. Green Scaping, LP 1 $1,280,333.801 $160,730.25 $1,441,064.05 Base bid improvements include: site clearing and grading, installation of new concrete trail, playground equipment, park benches, picnic tables, and establishment of vegetation at Deer Creek and Remington F Pointe Parks. Alternate bid improvements include: installation of a picnic shelter and basketball court at Remington Pointe Park, and erosion control measures at Foster Park. FUNDING: These projects will be funded through the 2014 Bond Program (Reserve Park Development), General Capital Projects Fund (M&C G-18738) and the PACS Gas Lease Capital Projects Legacy Fund (M&C G- 18135). On January 12, 2016, City Council authorized the allocation of previously appropriated 2004 Logname: 8000NSTRUCTION CONTRACT-DEER CREEK, REMINGTON POINTE FOSTER Page I of 3 Bond and 2013 Certificates of Obligation funds which included the allocation of$80,704.74 for Faster Park drainage and erosion control improvements (M&C G-18637). Total funding for these projects is summarized in the following tables: DEER CREEK PARK �UNDING CURRENT PROPOSED F 1APPROPR ATIONS APPRO RIIATIONS TOTAL 014 Bond Program_ F, $275,000.001 $0.001 $275,000.00 General Capital Projects $75,000.00 $0.00 $75,000.00 Fund _ _ PACS Gas Lease Capital $225,363.40 $0.00 $225,363.40 Projects Legacy Fund ��� TOTALS 1 $&75,363.401 $0.001 $575,363.401 REMINGTON POINTE PARK FUNDING CURRENT PROPOSED r 1APPROPRIAT ONS APPROPRIAT ONS TOTAL 014 Bond Program F $275,000.00E— $0.00$275,000.00 General Capital Projects Fund F $75,000.001~ $0.00 $75,000.00 _ PACS Gas Lease Capitals Projects Legacy Fund $228,856.00I $0.00 $228 856.00 _ TOTALS 1$578,856.001 $0.001 $578,856.00' FOSTER PARK EROSION AND DRAINAGE FUNDING CURRENT PROPOSED IAPPROPRIATIONS ( APPROPRIAT ON_S TOTAL 014 Bond Program F $25,000.00[— $0.00 $25,000.00 004 Bond Program 1 $80,704.740 $0.00 $80,704.74 TOTALS $105,704.74— $0.001 $105,704.74 A portion of these projects will include 2014 Bond Funds. Available resources within the General Fund will be used to provide interim financing for the 2014 Bond Program expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse which was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and subsequent ordinances authorizing the issuance of the debt. Construction is anticipated to commence in August 2018 and be completed by January 2019. Contract time is 150 calendar days. Beginning in FY2019 the annual maintenance cost expected for Deer Creek Park is $13,660.00. Beginning in FY2019 the annual maintenance cost expected for Remington Pointe Park is$15,879.00. Beginning in FY2019 the additional maintenance cost expected for Foster Park is $0.00. Logname: 8000NSTRUCTION CONTRACT-DEER CREEK, REMINGTON POINTE FOSTER Page 2 of 3 M/WBE OFFICE: Northstar Construction, LLC, is in compliance with the City' s BDE Ordinance by committing to 25% MBE participation on the PARD base bid price only. The City' s MBE goal on this base bid contract is 25%. Project locations are in COUNCIL DISTRICTS 2, 3, and 6. FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program, the General Capital Projects Funds and the PACS Gas Lease Capital Projects Legacy Funds. The participating department has the responsibility to validate the availability of funds prior to an expenditure being incurred. FUND IDENTIFIERS (FIDs): TO Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year Chartfield 2) FROM Fund Department ccoun Project JProgram ctivity Budget Reference # moun ID ID Year I (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. 100418- Deer Creek- MandC - Form 1295-05072018.pdf (Public) 2. 100418- Deer Creek- MandC - MBE Compliance Memo-04112018.pdf (CFW Internal) 3. 100418- Deer Creek- MandC - Operation Costs- 04102018.pdf (CFW Internal) 4. 100418- Deer Creek- MandC -SAM - 05042018.pdf (Public) 5. 100418- Deer Creek- PARD- Location Map.pdf (Public) 6. 100419- Remington Pointe- PARD- Location Map.pdf (Public) 7. 100419- Remington Pointe Park- Operation Costs- 05222018.pdf (CFW Internal) 8. 80Construction Contract-Deer Creek Remington Pointe Foster FIDS.pdf (CFW Internal) 9. CO2449- Foster Park- PARD- Location Map.pdf (Public) Lognarne: 8000NSTRUCTION CONTRACT-DEER CREEK, REMINGTON POINTE FOSTER Page 3 of 3 C ag r73 CERTIFICATE OF INTERESTED PARTIES FORM X295 1of1 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. 2018-349032 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 is05/04/2018 being filed. City of Fort Worth Date A kn o edge/dz 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. 10048, 100419&CO2449 100418-Deer Creek Park, 100419-Remington Pointe Park,and CO2449-Foster Park(South) Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I intermediary Heimlich, Michael Fort Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Michale A. Heimlich and my date of birth is 01/19/1963 My address is 2112 Solona Street Fort Worth TX 76117 USA (street) (city) - (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct- Executed in Tarrant Texas 4th May 18 County, State of .on the day of .20 (month) (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 Division 00 General Conditions 000515-1 ADDENDA Page 1 of 2 1 SECTION 00 05 15 2 ADDENDA 3 4 ADDENDUM No.: 1 5 6 PROJECT NO./NAME: 100418—Deer Creek Park Improvements 7 100419—Remington Pointe Park Improvements 8 CO2449—Foster Park(South) Erosion Control Improvements 9 10 ADDENDUM ISSUE DATE: July 5,2018 11 12 TO ALL BIDDERS: 13 14 This addendum is hereby made a part of the Contract Documents and is issued to clarify,modify,explain, 15 and/or correct the original project drawings and/or project contract book/specifications. Please attach this 16 addendum to your contract book/specifications. 17 18 CHANGES/CLARIFICATIONS to 19 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS: 20 21 1. Section 00 1113 INVITATION TO BIDDERS: 22 a. The city project number for Foster Park(South)has been corrected, it is#CO2449 23 b. The bid opening date has been changed.The new bid opening date will be March 29',2018. 24 c. The contact information for Inquires has changed. 25 i. The contact's phone number is now 817-392-5728. 26 2. Section 00 2113 INSTRUCTIONS TO BIDDERS: 27 a. 3.1. has been revised to read; 28 "The City will evaluate all submitted bids based on criteria and qualifications. Section 00 45 29 12 Bidder Qualification Statement is to be submitted and received by the Park&Recreation 30 Department Project Manager no later than 5:00 P.M.,two(2)City business days after the bid 31 opening date,exclusive of the bid opening date." 32 b. Note: Only the lowest 3 bidders are required to submit the documents listed in the sub-section 33 3 of Section 00 21 13. For clarification please contact the city Project Manager. 34 c. 6.1 has been revised to read; 35 "Phone: (817) 392-5728" 36 3. Section 00 4100 BID FORM: 37 a. Total project schedule is for 150 calendar days. All Base Bid Units and awarded Bid 38 Alternatives shall be completed within this time frame.Negotiation of additional days will 39 occur when/if necessary. 40 4. Section 00 4100 BID PROPOSAL FORM: 41 a. The Bid Proposal Form has been updated.Please review, compare, and replace the original 42 Bid Proposal Form with the most current version. The excel file can be located in the City's 43 Project Folder through Buzzsaw. 44 b. An excel file has been placed in the Bid Documents Folder titled: 45 Deer Creek-Spec-00 42 43_Bid Proposal Form—03212018.xlsx 46 c. Locating existing utilities shall be considered ancillary to the bid. 47 d. Within the Work area, any and all areas disturbed by construction shall be seeded per 48 installation techniques listed in specification 32 92 13 ADDENDA. Seeding shall be ancillary 49 to the line items associated with each construction activity, unless noted otherwise.An 50 alternative bid item for additional seeding has been added to the Bid Proposal Form. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 0005 15-2 ADDENDA Page 2 of 2 51 52 CONSTRUCTION PLAN SHEETS and ADDENDUM DRAWINGS 53 54 Construction Plan Sheets 55 56 1. Sheet 21 of 27 57 a. Revised Field Stone Retaining Wall Details 58 b. Added Guardrail Detail 59 60 Addenda Drawings 61 62 1. There are no addenda drawings for Addendum#1. 63 64 END OF ADDENDUM#1 65 66 Release Date: July 5,2018 67 68 Bid Opening Date: March 29,2018 69 70 *Acknowledge the receipt of this Addendum 1 within section 00 4100 Bid Form. 71 72 Released By: 73 Bryan Lyness,RLA 74 City Representative/Project Manager 75 76 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 000515-1 ADDENDA Page 1 of 2 1 SECTION 00 05 15 2 ADDENDA 3 4 ADDENDUM No.: 2 5 6 PROJECT NO./NAME: 100418—Deer Creek Park Improvements 7 100419—Remington Pointe Park Improvements 8 CO2449—Foster Park(South)Erosion Control Improvements 9 10 ADDENDUM ISSUE DATE: July 5,2018 11 12 TO ALL BIDDERS: 13 14 This addendum is hereby made a part of the Contract Documents and is issued to clarify,modify,explain, 15 and/or correct the original project drawings and/or project contract book/specifications. Please attach this 16 addendum to your contract book/specifications. 17 18 CHANGES/CLARIFICATIONS to 19 CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS: 20 21 1. Section 00 4100 BID PROPOSAL FORM: 22 a. The Bid Proposal Form has been updated. Please review,compare,and replace the original 23 Bid Proposal Form with the most current version. The excel file can be located in the City's 24 Project Folder through Buzzsaw. 25 b. Bid Item U1-19 Installation of Metal Gate has been changed. 26 i. It is not a Lump Sum item with a30 quantity.It is a Lump Sum Item for 1 quantity. 27 c. An excel file has been placed on Buzzsaw in the Bid Documents Folder titled: 28 i. Deer Creek-Spec-00 42 43—Bid Proposal Form—03282018.xlsx 29 30 CONSTRUCTION PLAN SHEETS and ADDENDUM DRAWINGS 31 32 Construction Plan Sheets 33 34 1. Sheet 23 of 27—Basketball Court Details 35 a. This sheet has been revised to more accurately depict the basketball court dimensions. 36 2. 37 3. Sheet 26 of 27—Post and Cable Details 38 a. This sheet has been revised to more accurately depict the metal gate construction. 39 40 Addenda Drawings 41 42 1. There are no addenda drawings for Addendum#2. 43 44 END OF ADDENDUM#1 45 46 Release Date: July 5,2018 F 47 48 Bid Opening Date: March 29,2018 49 F 50 *Acknowledge the receipt of this Addendum 1 within section 00 4100 Bid Form. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 0005 15-2 ADDENDA Page 2 of 2 51 52 Released By: 53 Bryan Lyness,RLA 54 City Representative/Project Manager 55 56 END OF SECTION CITY OV FORT WORTH Deer Creek Parr Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 00ll13-1 INVITATION TO BIDDERS Page 1 of 3 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Capital Improvements at Deer Creek Park(CP# 100418), 6 Remington Pointe Park(CP#100419),and Foster Park(South)(CP#CO2449)will be received until 7 1:30 P.M. CST,Thursday,MARCH 291,2018,by the City of Fort Worth Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth,Texas 76102 13 14 Bids will be opened publicly and read aloud at 2:00 PM CST,Thursday,MARCH 29te,2018,within 15 City Council Chambers. 16 17 GENERAL DESCRIPTION OF WORK 18 The major work will consist of the(approximate)following: 19 20 Deer Creek Park 21 • Site demolition,clearing,and excavation 22 • Site grading and drainage 23 • Installation of Trail Pavement and retaining walls 24 • Installation of Playground area and equipment 25 • Installation of Park amenities (shelters,picnic tables,benches, fencing, solar lighting,etc.) 26 • Revegetation/Reseeding and establishment of disturbed areas 27 28 Remington Pointe Park 29 • Site demolition,clearing, and excavation 30 • Site grading and drainage 31 • Installation of Trail Pavement and retaining walls 32 • Installation of Playground area and equipment 33 • Installation of Park amenities (shelters, picnic tables,benches, fencing, solar lighting, etc.) 34 • Revegetation/Reseeding and establishment of disturbed areas 35 36 Foster Park(South) 37 • Site clearing and excavation 38 • Site grading and drainage 39 • Installation of Trail Pavement and retaining walls 40 • Revegetation/Reseeding and establishment of disturbed areas 41 42 43 QUALIFICATION 44 The improvements included in this project must be performed by a contractor who is qualified by the City 45 at the time of bid opening. The procedures for qualification are outlined in the Section 00 21 13— 46 INSTRUCTIONS TO BIDDERS. 47 48 49 50 51 52 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 22,2016 00 11 13-2 INVITATION TO BIDDERS Page 2 of 3 1 DOCUMENT EXAMINATION AND PROCUREMENTS 2 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort 3 Worth's Purchasing Division website at hqp://www.fortworthtexas.goy/2urchasin and clicking on the 4 Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may 5 be downloaded,viewed,and printed by interested contractors and/or suppliers. The contractor is 6 required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must 7 be submitted to the Project Manager before the contract will be presented to the City Council.The 8 form can be obtained at https://www.ethics.state.tx.us/tec/1295-Info.htm . 9 10 ADVERTISEMENT DATES 11 12 1'Advertisement Date: FEBRUARY 225%2018 13 14 2°d Advertisement Date: MARCH 18%2018 15 16 Pre-Bid Conference Date: MARCH 7th,2018 17 18 03048 19 (All bids must be r-eeeived by liM PA4 the day of Bid Opening) 20 21 Revised Bid Opening Date: MARCH 29th,2018 22 (All bids must be received by 1:30 PM the day of Bid Opening) 23 24 PRE-BID CONFERENCE 25 A pre-bid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at 26 the following location,date, and time: 27 28 DATE: WEDNESDAY,MARCH 7`h,2018 29 30 TIME: 10:00 AM 31 32 PLACE: 4200 South Freeway,Suite 2200 33 Fort Worth,TX 76115 34 35 LOCATION: Park and Recreation Department—Conference Room#1 36 Parks and Community Services Department offices are located on the 2nd floor of 37 the La Gran Plaza Shopping Center.Enter the South East entrance(near the bus 38 stop round about), then take the stairs/elevator to the 211 floor,Suite 2200 is the first 39 public entrance on the right hand side of the hallway. 40 41 INQUIRIES 42 All inquiries relative to this procurement should be addressed to the following: 43 44 Attn: Bryan Lyness,RLA 45 City of Fort Worth 46 Park and Recreation Department 47 4200 South Freeway,Suite 2200 48 Fort Worth,TX 76115 49 50 Email: bryan.lyness@fortworthtexas.gov 51 52 Phone: 817-392-5728 53 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 22,2016 001113-3 INVITATION TO BIDDERS Page 3 of 3 1 FUNDING 2 Any contract awarded under this INVITATION TO BIDDERS is to be funded from revenues generated 3 from the 2014 Capital Improvement Bond Program,Capital Reserve Funds,Gas Well Revenue Funds, 4 Gas Well Interest Funds,and TPW Street Improvement Funds,and internal funding as dedicated to the 5 work under this INVITATION TO BIDDERS. 6 7 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 8 City reserves the right to waive irregularities and to accept or reject bids. 9 10 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 22,2016 0021 13- l INSTRUCTIONS TO BIDDERS Page l of 8 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - 7 GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings 10 indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person, firm,partnership,company, association, or corporation acting directly 13 through a duly authorized representative, submitting a bid for performing the work 14 contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership,company, association, or corporation 17 acting directly through a duly authorized representative, submitting a bid for performing the 18 work contemplated under the Contract Documents whose principal place of business is not 19 in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the 22 basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose 30 of obtaining Bids for the Work and do not authorize or confer a license or grant for any other 31 use. 32 33 3. Prime Bidder Qualification Requirements 34 35 3.1. The City will evaluate all submitted bids based on criteria and qualifications. 00 45 12 36 Bidder Qualification Statement is to be submitted and received by the Park&Recreation 37 Department Project Manager no later than 5:00 P.M.,two(2)City business days after the bid 38 opening date, exclusive of the bid opening date. 39 40 3.1.1.The Prime Bidder, as general contractor or sub-contractor,must demonstrate similar project 41 scope experience on three(3)projects within the last three(3)years. All subcontractors 42 intended for use on this project shall also demonstrate similar project scope experience 43 necessary to successfully perform on their respective portion of work on this project. 44 3.1.2.The Prime Bidder must provide a list the surety company(s)which issued bonds for projects 45 listed above. Additionally,the Prime bidder shall list the surety company intended for use 46 on this project. 47 3.1.3.The Prime Bidder must submit a current certified financial statement prepared by an 48 independent Certified Public Accountant. 49 50 3.2. The City reserves the right to reject any or all bids and waive any or all formalities. 51 The City will award one contract with a combination of base bids and/or alternates which is most 52 advantageous to the City. 53 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citv Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 8 1 3.3. Additional requirements for qualification may be required within various sections of the Contract 2 Documents. 3 4 4. Examination of Bidding and Contract Documents, Other Related Data,and Site 5 6 4.1. Before submitting a Bid, each Bidder shall: 7 8 4.1.1.Examine and carefully study the Contract Documents and other related data identified in the 9 Bidding Documents(including "technical data" referred to in Paragraph 4.2.below).No 10 information given by City or any representative of the City other than that contained in the 1 I Contract Documents and officially promulgated addenda thereto, shall be binding upon the 12 City. 13 14 4.1.2.Visit the site to become familiar with and satisfy the Bidder as to the general, local, and site 15 conditions that may affect cost,progress,performance or furnishing of the Work. 16 17 4.1.3.Consider federal, state and local Laws and Regulations that may affect cost,progress, 18 performance or furnishing of the Work. 19 20 > 21 42 U.S.C.r 2000,1 t„2000,1 n and Title no Code of Fede,-"1 Regul"t; n ft � f s��v�zm�v�cvz�vvcr-rc'rrn-rx ic=�� ,�--cvacvrrv�zcresrzcvsa-icrcxoix�,ncpux cxiz'cixc vx 22 , 23 ,hereby 24 notitfies all bidders that it will affiFffiatively insar-e that in"I eantfarat entered into pufski 25 to this ...yeFtis ent .-ity business enterprises will be.,ff.,,.de f+111 6 26 submit bids in response to this invitation and will not be diser-iminated against An t�. 27 grounds of fare, eelef, or-national idefatien of a-war-d. 28 29 4.1.5.Study all: 30 (i) reports of explorations and tests of subsurface conditions at or contiguous to the 31 Site and all drawings of physical conditions relating to existing surface or 32 subsurface structures at the Site(except Underground Facilities)that have been 33 identified in the Contract Documents as containing reliable "technical data", and; 34 (ii) reports and/or drawings of Hazardous Environmental Conditions, if any, at the Site 35 that have been identified in the Contract Documents as containing reliable 36 "technical data." 37 38 4.1.6.Be advised that the Contract Documents on file with the City shall constitute all of the 39 information which the City will furnish.All additional information and data which the City 40 will supply after promulgation of the formal Contract Documents shall be issued in the form 41 of written addenda and shall become part of the Contract Documents just as though such 42 addenda were actually written into the original Contract Documents.No information given 43 by the City other than that contained in the Contract Documents and officially promulgated 44 addenda thereto, shall be binding upon the City. 45 46 4.1.7.Perform independent research, investigations,tests, borings, and such other means as may 47 be necessary to gain a complete knowledge of the conditions which will be encountered 48 during the construction of the project. On request, City may provide each Bidder access to 49 the site to conduct such examinations, investigations,explorations, tests and studies as each 50 Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up 51 and restore the site to its former conditions upon completion of such explorations, 52 investigations, tests and studies. 53 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 8 1 4.1.8.Determine the difficulties of the Work and all attending circumstances affecting the cost of 2 doing the Work,time required for its completion, and obtain all information required to 3 make a proposal. Bidders shall rely exclusively and solely upon their own estimates, 4 investigation,research,tests, explorations,and other data which are necessary for full and 5 complete information upon which the proposal is to be based. It is understood that the 6 submission of a proposal is prima-facie evidence that the Bidder has made the investigation, 7 examinations and tests herein required. Claims for additional compensation due to 8 variations between conditions actually encountered in construction and as indicated in the 9 Contract Documents will not be allowed. 10 11 4.1.9.Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the 12 Contract Documents and such other related documents. The Contractor shall not take 13 advantage of any gross error or omission in the Contract Documents, and the City shall be 14 permitted to make such corrections or interpretations as may be deemed necessary for 15 fulfillment of the intent of the Contract Documents. 16 17 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 18 19 4.2.1.Those reports of explorations and tests of subsurface conditions at or contiguous to the site 20 which have been utilized by City in preparation of the Contract Documents. The logs of 21 Soil Borings, if any, on the plans are for general information only.Neither the City nor the 22 Engineer guarantees that the data shown is representative of conditions which actually exist. 23 24 4.2.2.Those drawings of physical conditions in or relating to existing surface and subsurface 25 structures (except Underground Facilities)which are at or contiguous to the site that have 26 been utilized by City in preparation of the Contract Documents. 27 28 4.2.3.Copies of such reports and drawings will be made available by City to any Bidder on 29 request. Those reports and drawings may not be part of the Contract Documents,but the 30 "technical data" contained therein upon which Bidder is entitled to rely as provided in 31 Paragraph 4.02. of the General Conditions has been identified and established in Paragraph 32 SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or 33 conclusion drawn from any "technical data" or any other data, interpretations, opinions or 34 information. 35 36 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder(i)that 37 Bidder has complied with every requirement of this Paragraph 4, (ii)that without exception the 38 Bid is premised upon performing and furnishing the Work required by the Contract Documents 39 and applying the specific means, methods,techniques, sequences or procedures of construction 40 (if any)that may be shown or indicated or expressly required by the Contract Documents, (iii) 41 that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in 42 the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and 43 when said conflicts,etc.,have not been resolved through the interpretations by City as described 44 in Paragraph 6., and(iv)that the Contract Documents are generally sufficient to indicate and 45 convey understanding of all terms and conditions for performing and furnishing the Work. 46 47 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 48 biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 49 4.06., of the General Conditions,unless specifically identified in the Contract Documents. 50 51 5. Availability of Lands for Work,Etc. 52 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 8 1 5.1. The lands upon which the Work is to be performed,rights-of-way and easements for access 2 thereto and other lands designated for use by Contractor in performing the Work are identified in 3 the Contract Documents. All additional lands and access thereto required for temporary 4 construction facilities, construction equipment or storage of materials and equipment to be 5 incorporated in the Work are to be obtained and paid for by Contractor. Easements for 6 permanent structures or permanent changes in existing facilities are to be obtained and paid for 7 by City unless otherwise provided in the Contract Documents. 8 9 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in 10 Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right-of-way, 11 easements,and/or permits are not obtained,the City reserves the right to cancel the award of 12 contract at any time before the Bidder begins any construction work on the project. 13 14 5.3. The Bidder shall be prepared to commence construction without all executed right-of-way, 15 easements, and/or permits, and shall submit a schedule to the City of how construction will 16 proceed in the other areas of the project that do not require permits and/or easements. 17 18 6. Interpretations and Addenda 19 20 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in 21 writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions received after this 22 day may not be responded to. Interpretations or clarifications considered necessary by City in 23 response to such questions will be issued by Addenda delivered to all parties recorded by City as 24 having received the Bidding Documents. Only questions answered by formal written Addenda 25 will be binding. Oral and other interpretations or clarifications will be without legal effect. 26 27 Address questions to: 28 29 City of Fort Worth 30 Park and Recreation Department 31 4200 South Freeway, Suite 2200 32 Fort Worth,TX 76115-1499 33 34 Attn: Bryan Lyness 35 Email: bryan.lyness@fortworthtexas.gov 36 Phone: (817)392-5728 37 Fax: (817)392-5724 38 39 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 40 41 6.3. Addenda or clarifications may be posted via Buzzsaw at: 42 http://fortworthtexas.i!ov/purchasing/ 43 44 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 45 INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. 46 Bidders are encouraged to attend and participate in the conference. City will transmit to all 47 prospective Bidders of record such Addenda as City considers necessary in response to questions 48 arising at the conference. Oral statements may not be relied upon and will not be binding or 49 legally effective. 50 51 7. Bid Security 52 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised May 27,2015(PRD) 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 8 1 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five(5) 2 percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the 3 requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have 6 been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement 7 within 10 days after the Notice of Award,City may consider Bidder to be in default,rescind the 8 Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be 9 City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City 10 believes to have a reasonable chance of receiving the award will be retained by City until final 11 contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which,Milestones are to be achieved in accordance 15 with the General Requirements and the Work is to be completed and ready for Final Acceptance is set 16 forth in the Agreement or incorporated therein by reference to the attached Bid Form. 17 18 9. Liquidated Damages 19 Provisions for liquidated damages are set forth in the Agreement. 20 21 10. Substitute and "Or-Equal" Items 22 The Contract, if awarded,will be on the basis of materials and equipment described in the Bidding 23 Documents without consideration of possible substitute or"or-equal" items. Whenever it is indicated 24 or specified in the Bidding Documents that a"substitute" or"or-equal" item of material or equipment 25 may be furnished or used by Contractor if acceptable to City, application for such acceptance will not 26 be considered by City until after the Effective Date of the Agreement. The procedure for submission 27 of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 28 6.05B., and 6.05C., of the General Conditions and is supplemented in Section 0125 00 of the General 29 Requirements. 30 31 11. Subcontractors, Suppliers and Others 32 33 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020-12-2011 34 (as amended),the City has goals for the participation of minority business and/or small 35 business enterprises in City contracts. A copy of the Ordinance can be obtained from the 36 Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, 37 Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form and/or Good Faith 38 Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms 39 including documentation must be received by the City no later than 2:00 P.M. CST, on the 40 second business days after the bid opening date. The Bidder shall obtain a receipt from the 41 City as evidence the documentation was received. Failure to comply shall render the bid as 42 non-responsive. 43 44 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or 45 organization against whom Contractor has reasonable objection. 46 47 12. Bid Form 48 49 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained 50 from the City. 51 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 8 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in 2 ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A 3 Bid price shall be indicated for each Bid item,alternative,and unit price item listed therein. 4 In the case of optional alternatives,the words "No Bid," "No Change," or"Not Applicable" 5 may be entered. Bidder shall state the prices,written in ink in both words and numerals, for 6 which the Bidder proposes to do the work contemplated or furnish materials required. All 7 prices shall be written legibly. In case of discrepancy between price in written words and the 8 price in written numerals, the price in written words shall govern. 9 10 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice- 11 president or other corporate officer accompanied by evidence of authority to sign. The 12 corporate seal shall be affixed. The corporate address and state of incorporation shall be 13 shown below the signature. 14 15 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, 16 whose title must appear under the signature accompanied by evidence of authority to sign. 17 The official address of the partnership shall be shown below the signature. 18 19 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member 20 and accompanied by evidence of authority to sign. The state of formation of the firm and the 21 official address of the firm shall be shown. 22 23 12.6. Bids by individuals shall show the Bidder's name and official address. 24 25 12.7. Bids by joint ventures shall be executed by each joint venture participant in the manner 26 indicated on the Bid Form. The official address(es)of the joint venture shall be shown. 27 28 12.8. All names shall be typed or printed in ink below the signature. 29 30 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of which 31 shall be filled in on the Bid Form. 32 33 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid 34 shall be shown. 35 36 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall 37 be provided in accordance with Section 00 43 37—Vendor Compliance to State Law Non 38 Resident Bidder. 39 40 13. Submission of Bids 41 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, at the 42 time and place indicated in the Advertisement or INVITATION TO BIDDERS,addressed to City 43 Manager of the City, and shall be enclosed in an opaque sealed envelope,marked with the City 44 Project Number,Project title,the name and address of Bidder, and accompanied by the Bid security 45 and other required documents. If the Bid is sent through the mail or other delivery system,the sealed 46 envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of 47 it. 48 49 14. Modification and Withdrawal of Bids 50 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised May 27,2015(PRD) 002113-7 INSTRUCTIONS TO BIDDERS Page 7 of 8 1 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 2 withdrawn prior to the time set for bid opening. A request for withdrawal must be made in 3 writing by an appropriate document duly executed in the manner that a Bid must be executed 4 and delivered to the place where Bids are to be submitted at any time prior to the opening of 5 Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids 6 for which a withdrawal request has been properly filed may, at the option of the City,be 7 returned unopened. 8 9 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set 10 for the closing of Bid receipt. 11 12 15. Opening of Bids 13 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract 14 of the amounts of the base Bids and major alternates (if any)will be made available to Bidders after 15 the opening of Bids. 16 17 16. Bids to Remain Subject to Acceptance 18 All Bids will remain subject to acceptance for the time period specified for Notice of Award and 19 execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole 20 discretion,release any Bid and nullify the Bid security prior to that date. 21 22 17. Evaluation of Bids and Award of Contract 23 24 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to 25 reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids and to reject 26 the Bid of any Bidder if City believes that it would not be in the best interest of the Project to 27 make an award to that Bidder,whether because the Bid is not responsive or the Bidder is 28 unqualified or of doubtful financial ability or fails to meet any other pertinent standard or 29 criteria established by City. City also reserves the right to waive informalities not involving 30 price,contract time or changes in the Work with the Successful Bidder. Discrepancies 31 between the multiplication of units of Work and unit prices will be resolved in favor of the 32 unit prices. Discrepancies between the indicated sum of any column of figures and the 33 correct sum thereof will be resolved in favor of the correct sum. Discrepancies between 34 words and figures will be resolved in favor of the words. 35 36 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among 37 the Bidders,Bidder is an interested party to any litigation against City, City or Bidder 38 may have a claim against the other or be engaged in litigation, Bidder is in arrears on any 39 existing contract or has defaulted on a previous contract, Bidder has performed a prior 40 contract in an unsatisfactory manner, or Bidder has uncompleted work which in the 41 judgment of the City will prevent or hinder the prompt completion of additional work if 42 awarded. 43 44 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and other 45 persons and organizations proposed for those portions of the Work as to which the identity of 46 Subcontractors, Suppliers, and other persons and organizations must be submitted as provided 47 in the Contract Documents or upon the request of the City. City also may consider the 48 operating costs, maintenance requirements,performance data and guarantees of major items 49 of materials and equipment proposed for incorporation in the Work when such data is 50 required to be submitted prior to the Notice of Award. 51 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 8 I 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of 2 any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, 3 proposed Subcontractors, and Suppliers and other persons and organizations to perform and 4 furnish the Work in accordance with the Contract Documents to City's satisfaction within the 5 prescribed time. 6 7 17.4. Contractor shall perform with his own organization,work of a value not less than 35%of the 8 value embraced on the Contract,unless otherwise approved by the City. 9 10 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive 1 I Bidder whose evaluation by City indicates that the award will be in the best interests of the 12 City. 13 14 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award contract to a 15 Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid 16 submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder 17 would be required to underbid a Nonresident Bidder to obtain a comparable contract in the 18 state in which the nonresident's principal place of business is located. 19 20 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be 21 awarded, City will award the Contract within 90 days after the day of the Bid opening unless 22 extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon 23 the contractor award a Notice of Award will be issued by the City. 24 25 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 26 27 18. Signing of Agreement 28 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required 29 number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign 30 and deliver the required number of counterparts of the Agreement to City with the required Bonds, 31 Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully 32 signed counterpart to Contractor. 33 34 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised May 27,2015(PRD) 00 35 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. http://www.ethics.state.tx.us/forms/CIQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf ❑ CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary CIS Form is on File with City Secretary CIS Form is being provided to the City Secretary BIDDER: Northstar Construction, LLC By: Michael A. Helmlich 2112 Solona Street Signature: /l���G�•x.z� i� /_.% 0 Fort Worth, Texas 76117 Title: President END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Deer Creek Park,Remington Pointe Park,Foster Park(South) Form Revised 20120327 City Project No.:100418, 100419,CO2449 00 41 00-1 BID FORM Page I of 4 1 SECTION 00 4100 2 BID FORM 3 4 TO: The Purchasing Manager 5 c/o: The Purchasing Division 6 200 Texas Street 7 City of Fort Worth,Texas 76102 8 9 FOR: CAPITAL IMPROVEMENTS at 10 - DEER CREEK PARK 11 - REMINGTON POINTE PARK 12 - FOSTER PARK(SOUTH) 13 14 PROJECT NO.: 100418—DEER CREEK PARK 15 100419—REMINGTON POINTE PARK 16 CO2449—FOSTER PARK(SOUTH) 17 18 UNITS/SECTIONS: UNIT 1: DEER CREEK PARK IMPROVEMENTS 19 20 UNIT 2: REMINGTON POINTE PARK IMPROVEMENTS 21 22 UNIT Al: DEER CREEK PARK IMPROVEMENTS 23 REMINGTON POINTE PARK IMPROVEMENTS 24 FOSTER PARK(SOUTH)EROSION CONTROL 25 IMPROVEMENTS 26 27 1. Enter Into Agreement 28 29 The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with City 30 in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated 31 in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in 32 accordance with the other terms and conditions of the Contract Documents. 33 34 2. BIDDER Acknowledgements and Certification 35 36 2.1 In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO 37 BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with 38 the disposition of Bid Bond. 39 40 2.2 Bidder is aware of all costs to provide the required insurance,will do so pending contract award, 41 and will provide a valid insurance certificate meeting all requirements within 14 days of 42 notification of award. 43 44 2.3 Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any 45 undisclosed individual or entity and is not submitted in conformity with any collusive agreement 46 or rules of any group,association,organization,or corporation. 47 48 2.4 Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or 49 sham Bid. 50 51 2.5 Bidder has not solicited or induced any individual or entity to refrain from bidding. 52 53 2.6 Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for 54 the Contract. For the purposes of this Paragraph: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised Ady 1,2011 004100-2 BID FORM Page 2 of 4 1 2 a. "corrupt practice"means the offering,giving,receiving,or soliciting of anything of value 3 likely to influence the action of a public official in the bidding process. 4 5 b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to 6 influence the bidding process to the detriment of City(b)to establish Bid prices at 7 artificial non-competitive levels,or(c)to deprive City of the benefits of free and open 8 competition. 9 10 c. "collusive practice" means a scheme or arrangement between two or more Bidders,with 11 or without the knowledge of the City,a purpose of which is to establish Bid prices at 12 artificial,non-competitive levels. 13 14 d. "coercive practice" means harming or threatening to harm,directly or indirectly,persons 15 or their property to influence their participation in the bidding process or affect the 16 execution of the Contract. 17 18 3. Type of Work 19 20 The Bidder acknowledges that the following work types must be performed only by qualified contractors 21 and subcontractors: 22 23 a. SITE DEMOLITION 24 b. SITE EXCAVATION,GRADING,AND DRAINAGE 25 c. SITE PAVEMENT,FENCING,AND PARK EQUIPMENT INSTALLATION 26 d. IRRIGATION AND LANDSCAPE INSTALLATION 27 28 4. Time of Completion 29 30 4.1 The work will be complete for Final Acceptance within 150 calendar days after the date when 31 the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 32 33 4.1.1 Contract will follow a planned work schedule.All work described will commence 34 and be completed within 150 calendar days. No additional payment will be 35 considered for such interruptions,delays,re-mobilization,or any other activities 36 related to this coordination.There will be no public access allowed during all phases 37 of construction. 38 39 4.2 Bidder accepts the provisions of the Agreement as to liquidate damages in the event of failure to 40 complete the Work(and/or achievement of Milestones)within the times specified in the 41 Agreement. 42 43 5. Attached to this Bid 44 45 The following documents are attached to and made a part of this Bid Form: 46 47 a. Conflict of Interest Affidavit,Section 00 35 13 48 49 b. This Bid Form, Section 00 4100 50 51 c. Bid Proposal Form,Section 00 42 43 52 53 d. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of 54 Paragraph 5.01 of the General Conditions. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 004100-3 BID FORM Page 3 of 4 1 2 e. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 3 4 f. MBE Forms(optional at time of bid,required within 3 business days of bid opening) 5 6 g. Bidder Qualification Statement, Section 00 45 12 7 8 h. Any additional documents that may be required by Section 12 of the Instructions to 9 Bidders 10 11 6. Total Bid Amount 12 13 6.1 Bidder will complete the Work in accordance with the Contract Documents for the following bid 14 amount. In the space provided below,please enter the total bid amount for this project.Only this 15 figure will be read publicly by the City at the bid opening. 16 17 6.2 It is understood and agreed by the Bidder in signing this proposal that the total bid amount 18 entered below is subject to verification and/or modification by multiplying the unit bid prices for 19 each pay item by the respective estimated quantities shown in this proposal and then totaling all 20 of the extended amounts. 21 22 6.3 Evaluation of Bid and Alternate Bid Items: 23 24 Total Base Bid $ 941,004.50 25 26 Total Alternates Bid $ 635,232.11 27 28 Total Bid $ 1,576,236.61 29 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Parr Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418.100419,CO2449 Revised July 1,2011 004100-4 BID FORM Page 4 of 4 1 7. Bid Submittal 2 3 This Bid is submitted on March 29, 2018 (Month,Day,Year)by the entity named below. 4 5 Respectfully submitted, Receipt is 6 acknowledged of the Initial 7 following Addenda 8 Addendum No. 1 9 By: Addendum No.2 10 (Signature) Addendum No. 3 11 Addendum No.4 12 Michael A. Heimlich Addendum No. 5 13 14 (Printed Name) 15 16 17 Title: President 18 19 20 Company: Northstar Construction, LLC 21 22 2112 Solona Street 23 Address: 24 25 Fort Worth, Texas 76117 26 27 28 29 30 31 32 State of Incorporation: Texas 33 34 35 Email: mike@northstar93.com 36 37 38 Phone: 817-244-8885 39 40 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 Deer Creek BID PROPOSAL FORM 1 of 1 SECTION 00 42 43 BID PROPOSAL FORM Unit Price Bid Bidder's Application Bidder: Northstar Construction, LLC Bid Item Information Proposed Price Item Spec. Unit of No. Description of Bid Item Section Measure Bid Quantity Unit Price Bid value No. BASE BID UNIT 1 - DEER CREEK PARK IMPROVEMENTS U1-1 Temporary Project Sign 01 58 13 LS 1.00 $600.00 $600.00 U1-2 Storm Water Pollution Prevention Plans and 01 57 13 LS 1.00 $1,000.00 $1,000.00 Permits U1-3 Erosion Control measures,per plans and 31 25 00 LS 1.00 $8,500.00 $8,500.00 specifications,complete in place Site Demolition,Clearing,and Protection of Div 02 U1-4 31I000 LS 1.00 $30,000.00 $30,000.00 Existing Conditions,as referenced on plans 329343 U1-5 Construction Staking 01 7123 LS 1.00 $5,500.00 $5,500.00 U1-6 Site Excavation,Preparation,and Grading,as Div 31 LS 1.00 $55,000.00 $55,000.00 referenced on plans U1-7 Unclassified Site Excavation,Preparation,and 3123 16 LS 1.00 $15,000.00 $15,000.00 Grading,complete in place Instalaltion of 26'wide, 8"thick TXDOT Type UI-8 'A'-Grade 1 OR 2,Flexbase Maintenance 32 1123 SY 845.00 $20.00 $16,900.00 Access U1-9 Installation of 8'wide,5"thick,Concrete Trail 32 1320 SF 18,357.00 $6.00 $110,142.00 U1-10 Installation of Field Stone Retaining Walls SF 1,150.00 $31.00 $35,650.00 U1-11 Installation of Guardrail LF 135.00 $103.00 $13,905.00 U1-12 Installation of Playground Concrete Edge 32 1320 LF 370.00 $27.00 $9,990.00 U1-13 Installation of Playground Equipment 116814 LS 1.00 $119,000.00 $119,000.00 U1-14 Installation of Playground Surface and Drainage 33 46 00 SF 6,700.00 $5.00 $33,500.00 U1-15 Installation of Playground Barrier Free Ramps 32 1320 EA 1.00 $1,300.00 $1,300.00 (per plans)complete in place U1-16 Installation of 8'Picnic Tables w/concrete pads 12 93 43 EA 1.00 $2,740.00 $2,740.00 U1-17 Installation of 6'Picnic Tables w/concrete pads 12 93 43 EA 2.00 $2,450.00 $4,900.00 U1-18 Installation of 6'Park Benches w/concrete pads 12 93 43 EA 3.00 $2,200.00 $6,600.00 U1-19 Installation of Metal Gate 32 31 26 LS 1.00 $8,000.00 $8,000.00 U1-20 Installation of Post and Cable Fencing 32 31 26 LF 700.00 $27.00 $18,900.00 U1-21 Install Temporary Irrigation for Grass 3292 13 LS 1.00 $4,700.00 $4,700.00 Establishment U1-22 Install Site Hydromulch Grass 3292 13 SY 6,820.00 $1.00 $6,820.00 UNIT 1 -DEER CREEK PARK IMPROVEMENTS-TOTAL: $ 508,647.00 CITY OF FORT WORTH Deer Creek Parr Remington Pointe Parr Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419, CO2449 Revised January 20,2012 Remington BID PROPOSAL FORM IofI SECTION 00 42 43 BID PROPOSAL FORM Unit Price Bid Bidder's Application Bidder: Northstar Construction, LLC Bid Item Information Proposed Price Item No.F Description of Bid Item SeSon No. Measure t of Bid Quantity Unit Price Bid value BASE BID UNIT 2 - REMINGTON POINTE PARK IMPROVEMENTS U1-1 Temporary Project Sign 01 58 13 LS 1.00 $600.00 $600.00 U1-2 Storm Water Pollution Prevention Plans and 01 57 13 LS 1.00 $1,000.00 $1,000.00 Permits U1-3 Erosion Control measures,per plans and 31 25 00 LS 1.00 $9,400.00 $9,400.00 specifications,complete in place Site Demolition,Clearing,and Protection of Div 02 U1-4 31 10 00 LS 1.00 $23,000.00 $23,000.00 Existing Vegetation as referenced on plans U1-5 Construction Staking 01 7123 LS 1.00 $5,500.00 $5,500.00 UI-6 Site Excavation,Preparation,and Grading,as Div 31 LS 1.00 $40,000.00 $40,000.00 referenced on plans U1-7 Unclassified Site Excavation,Preparation,and 3123 16 LS 1.00 $10,000.00 $10,000.00 Grading,complete in place U1-8 Installation of 8'wide,5"thick, Concrete Trail 32 1320 SF 25,455.00 $6.00 $152,730.00 U1-9 Installation Barrier Free Ramps as referenced in 32 1320 EA 1.00 $1,100.00 $1,100.00 plans,complete in place U1-10 Installation of Playground Concrete Edge 32 1320 LF 290.00 $27.00 $7,830.00 U1-11 Installation of Playground Equipment 1168 14 LS 1.00 $119,000.00 $119,000.00 U1-12 Installation of Playground Surface 33 46 00 SF 5,650.00 $5.00 $28,250.00 U1-13 Installation of Playground Barrier Free Ramp 32 1320 EA 1.00 $1,300.00 $1,300.00 (per plans)complete in place U1-16 Installation of 8'Picnic Tables w/concrete pads 12 93 43 EA 1.00 $2,740.00 $2,740.00 U1-17 Installation of 6'Picnic Tables w/concrete pads 12 93 43 EA 2.00 $2,450.00 $4,900.00 U1-18 Installation of 6'Park Benches w/concrete pads 12 93 43 EA 3.00 $2,200.00 $6,600.00 U1-20 Install Temporary Irrigation for Grass 3292 13 LS 1.00 $7,600.00 $7,600.00 Establishment U1-21 Install Grass Hydromulch 3292 13 SF 98,250.00 $0.1I $10,807.50 UNIT 2 -REMINGTON POINTE PARK IMPROVEMENTS-TOTAL: $432,357.50 CITY OF FORT WORTH Deer Creek Parr Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419, CO2449 Revised January 20,20I2 Alternates BID PROPOSAL FORM SECTION 00 42 43 BID PROPOSAL FORM Unit Price Bid Bidder's Ap2lication Bidder: Northstar Construction, LLC Bid Item Information Proposed Price Item No. Description of Bid Item Spec. Unit of Bid Quantity Unit Price Bid value Section No. Measure BID ALTERNATIVES UNIT Al - DEER CREEK PARK IMPROVEMENTS UA1-1 Installation of 24'Square Picnic Shelter,Pad„ 12 93 43 EA 1.00 $50,000.00 $50,000.00 and Picnic Tables UNIT Al - REMINGTON POINTE PARK IMPROVEMENTS UA1-3 Installation of additional 8'wide,5"thick, 32 1320 SF 7,184.00 $6.00 $43,104.00 Concrete Trail UA1-5 Installation of additional 8'wide,5"thick, 32 1320 SF 4,390.00 $6.00 $26,340.00 Concrete Trail Demolition of exisitng Headwall at existing 72" Div 02 UAl-7 RCP 31 1000 LS 1.00 $2,000.00 $2,000.00 3?9143 1 UAl-8 Installation of 72"RCP,includes preparation LF 365.00 $630.00 $229,950.00 and grading UAl-9 Installation of concrete headwall at opening of EA 1.00 $12,000.00 $I2,000.00 72"RCP UAl-10 Installation of 32'Hexagon Picnic Shelter,Pad„ 12 93 43 EA 1.00 $55,800.00 $55,800.00 and Picnic Tables UAl-11 Installation of 24'Square Picnic Shelter,Pad„ 12 93 43 EA 1.00 $50,000.00 $50,000.00 and Picnic Tables UAI-12 Installation of Basketball Half-Court and Goal 03 30 00 EA 1.00 $16,400.00 $16,400.00 UNIT Al - FOSTER PARK (SOUTH) EROSION CONTROL IMPROVEMENTS UAl-14 Temporary Project Sign 01 58 13 LS 1 $600.00 $600.00 Site Demolition,Clearing,and Protection of Div 02 UA1-15 Existing Vegetation as referenced on plans 31 1000 LS 1 $2,000.00 $2,000.00 3293 43 UAl-16 Demolition and Salvage of Pedestrian Bridge 0241 13 LS 1 $6,300.00 $6,300.00 UA1-17 Site Excavation,Preparation,and Grading,as Div 31 LS 1 $55,000.00 $55,000.00 referenced on plans UA1-18 Unclassified Site Excavation,Preparation,and 3123 16 LS 1 $9,000.00 $9,000.00 Grading,complete in place UAl-19 Installation of Turf Mat SY 275 $60.00 $16,500.00 UAl-20 Installation of Stone Rip Rip TON 95 $130.00 $12,350.00 UAl-22 Install Temporary Irrigation for Grass 3292 13 LS 1 $2,000.00 $2,000.00 Establishment UA1-23 Install Site Hydromulch Grass 3292 13 SY 2,960 $1.00 $2,960.00 CITY OF FORT WORTH Deer Creek Parr Remington Pointe Parr Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419, CO2449 Revised January 20,2012 Alternates BID PROPOSAL FORM UNIT Al - GENERAL PARK IMPROVEMENTS U1-16 Installation of 8'Picnic Tables w/concrete pads 12 93 43 EA 1.00 $2,740.00 $2,740.00 U1-17 Installation of 6'Picnic Tables w/concrete pads 12 93 43 EA 1.00 $2,450.00 $2,450.00 U1-18 Installation of 6'Park Benches w/concrete pads 12 93 43 EA 1.00 $2,200.00 $2,200.00 UA1-6 Installation Barrier Free Ramps as referenced in 32 1320 EA 1.00 $1,100.00 $1,100.00 tans,complete in place UA1-4 Installation of 6'Park Benches w/concrete pads 12 93 43 EA 2.00 $2,200.00 $4,400.00 UAI-24 Install Additional Site Hydromulch Grass 3292 13 SF 1.00 $0.11 $0.11 (Quantity to be determined) UA1-25 Install Topsoil as needed to establish Site CY 1.00 $38.00 $38.00 Hydromulch Grass(Quantitiy to be determined) UA1-21 Install Park Solar Light Standard EA 2 $15,000.00 $30,000.00 UNIT Al -DEER CREEKPARK,REMINGTON POINTE PARK,AND FOSTER PARK(SOUTH)IMPROVEMENTS-TOTAL: $635,232.11 CITY OF FORT WORTH Deer Creek Park Remington Pointe Park Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419, CO2449 Revised January 20,2012 Totals BID PROPOSAL FORM 1 of 1 SECTION 00 42 43 BID PROPOSAL FORM Unit Price Bid Summary Bidder's Application Bidder: Northstar Construction, LLC BASE BID SUMMARY UNIT 1 - DEER CREEK PARK IMPROVEMENTS TOTAL: $50$9647.00 UNIT 2 - REMINGTON POINTE PARK IMPROVEMENTS $4329357.50 TOTAL: BASE BID TOTAL: $9419004.50 BID ALTERNATIVES SUMMARY UNIT Al - DEER CREEKPARK, REMINGTON POINTE PARK, $6359232.11 AND FOSTER PARK(SOUTH) IMPROVEMENTS - TOTAL: BID ALTERNATIVE TOTAL: $6359232.11 TOTAL BID SUMMARY GRAND TOTAL: $1,5769236.61 CITY OF FORT WORTH Deer Creek Park, Remington Pointe Park, Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419, CO2449 Revised January 20,20I2 THE AMERICAN INSTITUTE OF ARCHITECTS fa 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) Capital Improvements at Deer Creek Park Remington Pointe Park and Foster Park(South) 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 29th day of March,2018 Northstar Construction. LLC (Principal) (Seal) (Witne (Title) The Hanover Insurance-r-mmnanv (Surety) (Seel) (Winess) dy-10— Roblile M rtin (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'does hereby constitute and appoint, Staci Gross, Robbie Martin and/or Josh Andrajack Of Boley Featherston Huffman 8t 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 No/100($30,000,000)in any single instance That this power is made and executed pursuant to the authority of the following Resolutions passed by the Board of Directors of said Company,and said Resolutions remain in full force and effect: RESOLVED: That the President or any Vice President, in conjunction with any Vice President, be and they hereby are authorized and empowered to appoint Attomeys-in-fact of the Company,in its name and as it acts,to execute and acknowledge for and on its behalf as surety, any and all bonds,recognizances,contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with powerto attach thereto the seal of the Company.Any such writings so executed by such Attorneys-In-fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons. RESOLVED:That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto,granted and executed by the President or Vice President in conjunction with any Vice President of the Company,shall be binding on the Companyto the same extent as if all signatures therein were manually affixed,even though one or more of any such signatures thereon may be facsimile. (Adopted October 7,1981—The Hanover Insurance Company;Adopted April 14,1982—Massachusetts Bay Insurance Company;Adopted September 7,2001—Citizens Insurance Company of America) IN WITNESS WHEREOF,THE HANOVER INSURANCE COMPANY,MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duly attested by two Vice Presidents,this 17th day of October,2016. THE HAKOVER INSURANCE COMPANY +"�41N1y i MASSACHUSETTS BAY INSURANCE COMPANY p \�q CITIZENS SURANCE OMPANY OF AMFJUCA B Robert Thu mks.Vice Prcaidcm THE HANOVER INSURANCE COMPANY SA H S• BAY CE COMPANY CR EN 1 SU CE FI OFAMERICA THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER )ss. J. h0iflete.Vim P s On this 17th day of October, 2016 before me came the above named Vice Presidents The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally known to be the individuals and officers described herein,and acknowledged that the seals affixed to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,respectively,and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. AL DIANE J. MARINO Nary Public p� sw oslclolo .t! w�'a"YlelO"floc' Diane J.Ifavlho.Notary Public ---- ... My Commission r�pircl March 4.2022 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. GIVEN under my hand and the seals of said Companies,at Worcester, Massachusetts,this 29th day of March 2018 CERTIFIED COPY =G . T icodorc G.Mattinec,Vi�Presiidcn,t,-- 00 43 37-1 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Page I of 1 1 SECTION 00 43 37 2 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER 3 4 Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. 5 This law provides that, in order to be awarded a contract as low bidder,nonresident bidders(out-of-state 6 contractors whose corporate offices or principal place of business are outside the State of Texas)bid 7 projects for construction, improvements,supplies or services in Texas at an amount lower that the lowest 8 Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a 9 nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal 10 place of business is located. 11 12 The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to 13 meet specification. The failure of nonresident bidders to do so will automatically disqualify that bidder. 14 Resident bidders must check the box in Section B. 15 16 A. Nonresident bidders in the State of ,our principal place of business,are 17 required to be %(percent)lower than resident bidders by State Law.A copy of the 18 statute is attached. 19 20 Nonresident bidders in the State of ,our principal place of business,are not 21 required to underbid resident bidders. 22 23 B. The principal plaof by iness of our company or our parent company or majority owner is 24 in the State of Texas. 25 26 BIDDER: 27 28 Northstar Construction, LLC Michael A. Heimlich 29 Company 1Company Rep sentttative: (Please Print Name) 3 %�� t -L ✓L 2112 Solona Street u 32 Address Signature 33 34 Fort Worth, Texas 76117 President 35 City/State/Zip Title:(Please Print) 36 37 03/29/2018 38 Date: 39 40 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised June 27,2011 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 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it provides 5 worker's compensation insurance coverage for all of its employees employed on 6 7 City Project No.: 100418—DEER CREEK PARK IMPROVEMENTS 8 100419—REMINGTON POINTE PARK IMPROVEMENTS 9 CO2449—FOSTER PARK(SOUTH)EROSION CONTROL 10 IMPROVEMENTS 11 12 Contractor further certifies that,pursuant to Texas Labor Code, Section 406.096(b),as amended, it will 13 provide to City its subcontractor's certificates of compliance with worker's compensation coverage. 14 15 CONTRACTOR: 16 17 Northstar Construction, LLC By: Michael A. Heimlich 18 Company (PleasPrint) 19 2112 Solona Street ���wL�L 20 Signature: 21 Address 22 23 Fort Worth, Texas 76117 Title: President 24 City/State/Zip (Please Print) 25 26 27 THE STATE OF TEXAS § 28 29 COUNTY OF TARRANT § 30 31 BEFORE ME,the undersigned authority,on this day personally appeared. 32 33 Michael A. Heimlich ,known to me to be the person whose name is subscribed to 34 the foregoing instrument,and acknowledged to me that he/she executed the same as the act and deed of 35 36 Northstar Construction, LLC for the purposes and consideration therein expressed and in 37 the capacity therein stated. 38 39 GIVEN UNDER MY HAND AND SEAL OF OFFICE 40 41 this 29th day of March ,2018. 42 43 -.aky p�. 44 OSP, �<�� 45 Notary Publ' in and for th State of Texa ;z *C, 46 47 N9�OF�+P 48 END OF SECTION FkP�RES 09 25/24 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than$50,000,then a MBE subcontracting goal is applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business 9 Enterprises(MBE)in the procurement of all goods and services.All requirements and regulations stated in 10 the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 25% of the total bid value of the contract(Base bid applies to Park 14 &Recreation Department). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 31 deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain 32 a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time 33 allocated. A faxed and/or emailed copy will not be accepted. 34 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 35 36 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL 37 RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 38 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID 39 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 DISQUALIFICAITON PERIOD OF THREE YEARS. 004540-2 Minority Business Enterprise Specifications Page 2 of 2 l END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 04,Project No.:100418, 100419, CO2449 Revised June 9,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT,authorized on June 12,2018(date)is made by and between the City of Fort 5 Worth,a Texas home rule municipality,acting by and through its duly authorized City Manager,("City"), 6 and 7 8 Northstar Construction,LLC ,authorized to do business in 9 Texas, acting by and through its duly authorized representative,("Contractor"). 10 City and Contractor,in consideration of the mutual covenants hereinafter set forth,agree as follows: 11 Article 1.WORK 12 Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project 13 identified herein. 14 Article 2.PROJECT 15 The project for which the Work under the Contract Documents may be the whole or only a part is 16 generally described as follows: 17 CITY PROJECT NO.: 100418—DEER CREEK PARK IMPROVEMENTS 18 100419—REMINGTON POINTE PARK IMPROVEMENTS 19 CO2449—FOSTER PARK(SOUTH) EROSION CONTROL 20 IMPROVEMENTS 21 Article 3. CONTRACT PRICE 22 City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an 23 amount,in current funds,of One Million,Eighty Eight Thousand,Six Hundred Fourteen and 50/100 Dollars 24 ($ 1,088,614.50). 25 Article 4. CONTRACT TIME 26 4.1 Final Acceptance. 27 The Work will be complete for Final Acceptance within 150 calendar days after the date when the 28 Contract Time commences to run,as provided in Paragraph 2.03 of the General Conditions,plus any 29 extension thereof allowed in accordance with Article 12 of the General Conditions. 30 4.2 Liquidated damages 31 Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve 32 Final Acceptance of the Work and City will suffer financial loss.if the Work is not completed within 33 the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and 34 difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work 35 is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as 36 liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundred F&and 37 00/100 Dollars ($650.00 for each day that expires after the time specified in Paragraph 4.1 for Final 38 Acceptance until the City issues the Final Letter of Acceptance. 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and Contractor 42 concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 15,2017 005243-2 Agreement Page 2 of 4 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Commitment Form 58 J. Form 1295 Certification No. 59 3. General Conditions. 60 4. Supplementary Conditions. 61 5. Specifications specifically made a part of the Contract Documents by attachment or, if not 62 attached, as incorporated by reference and described in the Table of Contents of the 63 Project's Contract Documents. 64 6. Drawings. 65 7. Addenda. 66 8. Documentation submitted by Contractor prior to Notice of Award. 67 9. The following which may be delivered or issued after the Effective Date of the Agreement 68 and, if issued, become an incorporated part of the Contract Documents: 69 a. Notice to Proceed. 70 b. Field Orders. 71 c. Change Orders. 72 d. Letter of Final Acceptance. 73 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify,hold harmless and defend,at its own expense, 76 the city, its officers,servants and employees, from and against any and all claims arising out 77 of, or alleged to arise out of, the work and services to be performed by the contractor, its 78 officers, agents, employees, subcontractors, licenses or invitees under this contract. This 79 indemnification provision is specifically intended to operate and be effective even if it is 80 alleged or proven that all or some of the damages being sought were caused, in whole or in 81 part, by any act, omission or negligence of the city. This indemnity provision is intended to 82 include,without limitation, indemnity for costs, expenses and legal fees incurred by the city 83 in defending against such claims and causes of actions. 84 85 6.2 Contractor covenants and agrees to indemnify and hold harmless,at its own expense,the city, 86 its officers,servants and employees,from and against any and all loss,damage or destruction 87 of property of the city, arising out of, or alleged to arise out of, the work and services to be 88 performed by the contractor, its officers, agents, employees, subcontractors, licensees or 89 invitees under this contract. This indemnification provision is specifically intended to operate 90 and be effective even if it is alleged or proven that all or some of the damages being sought 91 were caused,in whole or in part, by any act, omission or negligence of the city, 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have 96 the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the Contractor 99 without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal representatives to 102 the other party hereto, in respect to all covenants, agreements and obligations contained in the 103 Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional,void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining 107 provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 108 7.5 Governing Law and Venue. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 15,2017 005243-3 Agreement Page 3 of 4 109 This Agreement, including all of the Contract Documents is performable in the State of Texas. 110 Venue shall be Tarrant County, Texas, or the United States District Court for the Northern 111 District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement, if other than duly authorized 114 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 Code, 118 the City is prohibited from entering into a contract with a company for goods or services unless 119 the contract contains a written verification from the company that it: (1)does not boycott Israel; 120 and(2)will not boycott Israel during the term of the contract. 121 The terms"boycott Israel"and"company"shall have the meanings ascribed to those terms in 122 Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies 123 that Contractor's signature provides written verification to the City that Contractor. (1) does 124 not boycott Israel,and(2) will not boycott Israel during the term of the contract. 125 126 7.8 Immigration Nationality Act. 127 Contractor shall verify the identity and employment eligibility of its employees who perform 128 work under this Agreement, including completing the Employment Eligibility Verification Form 129 (1-9). Upon request by City, Contractor shall provide City with copies of all l-9 forms and 130 supporting eligibility documentation for each employee who performs work under this 131 Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate 132 procedures and controls so that no services will be performed by any Contractor employee who is 133 not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY 134 AND HOLD CITY HARMLESS FROM ANY PENALTIES,LIABILITIES,OR LOSSES 135 DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR,CONTRACTOR'S 136 EMPLOYEES,SUBCONTRACTORS,AGENTS, OR LICENSEES. City, upon written 137 notice to Contractor, shall have the right to immediately terminate this Agreement for violations 138 of this provision by Contractor. 139 140 7.9 No Third-Party Beneficiaries. 141 This Agreement gives no rights or benefits to anyone other than the City and the Contractor and 142 there are no third-party beneficiaries. 143 144 7.10 No Cause of Action Against Engineer. 145 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 146 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 147 subcontractors, for any claim arising out of, in connection with, or resulting from the engineering 148 services performed. Only the City will be the beneficiary of any undertaking by the Engineer. 149 The presence or duties of the Engineer's personnel at a construction site,whether as on-site 150 representatives or otherwise, do not make the Engineer or its personnel in any way responsible for 151 those duties that belong to the City and/or the City's construction contractors or other entities,and 152 do not relieve the construction contractors or any other entity of their obligations,duties,and 153 responsibilities, including, but not limited to, all construction methods,means,techniques, 154 sequences,and procedures necessary for coordinating and completing all portions of the 155 construction work in accordance with the Contract Documents and any health or safety 156 precautions required by such construction work. The Engineer and its personnel have no authority 157 to exercise any control over any construction contractor or other entity or their employees in 158 connection with their work or any health or safety precautions. 159 160 SIGNATURE PAGE TO FOLLOW 161 162 CITY OF FORT WORTH Deer Creek Parr Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 15,2017 005243-4 Agreement Page 4 of 4 163 IN WITNESS WHEREOF,City and Contractor have executed this Agreement in multiple counterparts. 164 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 165 166 Contractor: City of Fort Worth 167 By: By: /} 168 j�/ �[_ y( 2✓"' i� ... 169 170 (Signature) Fernando Costa 171 Assistant City Manager 172 Michael A. Heimlich 173 (Printed Name) Date: 81, 118 174 President 175 ATTEST: 176 (Title) 177 178 Northstar Construction,LLC 179 Mary Kayse W 180 2112 Solona Street City Secretary 181 (Address) (Seal)182183 Fort Worth,TX 76117 184 (City,State,Zip Code) 185 A ' / 186 Date: V 4 LY ` t oe M&C: C-28732 187 188 Date: June 12,2018 189 190 Form 1295 NO.: 2018-349032 191 192 APPROVIFD,AS TO FORM AND LEGALITY: 193 194 195 Douglas W.Black 196 Assistant City Attorney 197 198 APPR 199 200 201 Ri hard Zavala 202 Di ctor 203 ParA&Recreation Department 204 205 CONTRACT COMPLIANCE MANAGER: 206 By signing, I acknowledge that I am the person 207 responsible for the monitoring and administration of 208 this contra , including ensuring all performance and 209 OFFICIAL RECORD reporti r uirements. 210 CITY 81CRISTA RY 211 �WORTHI 212 Btya s, i 213 1 scape Archit t 214 Department 215 216 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 15,2017 006113-1 PERFORMANCE BOND Page I of 3 1 SECTION 00 6113 Bond No. SUR0045559 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we,_ Northstar Construction,LLC ,known as 9 "Principal'herein and Argonaut Insurance Company ,a corporate surety(sureties, 10 if more than one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether 11 one or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of Texas,known as"City"herein,in the penal sum of, One Million,Eiehty 13 Eiv-ht Thousand,Six Hundred Fourteen and 50/100 Dollars($1,088,614.50),lawful money of the 14 United States, to be paid in Fort Worth,Tarrant County,Texas for the payment of which sum well and 15 truly to be made,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly 16 and severally,firmly by these presents. 17 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 18 l2 day of June ,2018,which Contract is hereby referred to and made a part hereof for 19 all purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 20 defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said 21 Contract designated as: 22 CITY PROJECT NO.: 100418—DEER CREEK PARK IMPROVEMENTS 23 100419—REMINGTON POINTE PARK IMPROVEMENTS 24 CO2449—FOSTER PARK(SOUTH)EROSION CONTROL 25 IMPROVEMENTS 26 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 27 faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform 28 the Work, including Change Orders,under the Contract,according to the plans,specifications,and 29 contract documents therein referred to,and as well during any period of extension of the Contract that 30 may be granted on the part of the City,then this obligation shall be and become null and void,otherwise 31 to remain in full force and effect. 32 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in Tarrant 33 County,Texas or the United States District Court for die Northern District of Texas, Fort Worth Division. 34 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 35 Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the 36 provisions of said statue. 37 38 39 CITY OF FORT WORTH Deer Creek Park Remington Pointe Park Foster Park(Sowh) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418.100419,CO2449 Revised July 1,2011 0061 13-2 PERFORMANCE13OND Page 2 of 3 40 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 11th 41 instrument by duly authorized agents and officers on this day of July 22018 42 43 PRINCIPAL ATTEST 44 Ngrthstar Construction.LLC 45 46 47 48 (Principal)Signature incipal)Secretary 49 Michael A. Heimlich, President 50 Name and Title Witness as t incipa 51 52 (Principal)Address: 53 2112 Solona Street 54 Fort Worth.TX 76117 55 56 (Telephone) 817-244-8885 57 58 SURETY ATTEST 59 Argonaut Insurance Company 60 61 62 63 (Surety)Signature (Surety)Secretary 64 Andrea Rose Crawford, Attorney-in-Fact ��, 65 Name and Title Witness as to Surety 66 67 (Surety)Address: 68 P.O.Box 469011 69 San Antonio,TX 78246 70 71 (Telephone) 210-321-8400 72 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 73 by-laws showing that this person has authority to sign such obligation. if Surety's physical 74 address is different from its mailing address,both must be provided.The date of the bond shall 75 not be prior to the date the Contract is awarded.- CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park;Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PtVec►Na:100418.100419,CO2449 Revised July 1.2011 0061 14-1 PAYMENT BOND Page I of 3 1 SECTION 00 6114 Bond No. SUR0045559 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Northstar Construction,LLC ,known as"Principal' 9 herein, and Araonaut Insurance Company , a corporate surety 10 (sureties),duly authorized to do business in the State of Texas,known as"Surety"herein(whether one or 11 more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created pursuant to 12 the laws of the State of Texas, known as "City" herein, in the penal sum of One Million. Eigby Eight 13 Thousand,Six Hundred Fourteen and 50/100 Dollars614.50 ),lawful money of the United States, 14 to be paid in Fort Worth,Tarrant County,Texas,for the payment of which sum well and truly be made,we 15 bind ourselves,our heirs,executors,administrators,successors and assigns,jointly and severally,firmly by 16 these presents: 17 18 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 19 12 day of June ,2018, which Contract is hereby referred to and made a part hereof for 20 all purposes as if fully set forth herein,to furnish all materials,equipment, labor and other accessories as 21 defined by law,in the prosecution of the Work as provided for in said Contract and designated as: 22 23 CITY PROJECT NO.: 100418—DEER CREEK PARK IMPROVEMENTS 24 100419—REMINGTON POINTE PARK IMPROVEMENTS 25 CO2449—FOSTER PARK(SOUTH)EROSION CONTROL 26 IMPROVEMENTS 27 28 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if Principal shall 29 pay all monies owing to any(and all)payment bond beneficiary(as defined in Chapter 2253 of the Texas 30 Government Code, as amended) in the prosecution of the Work under the Contract, then this obligation 31 shall be and become null and void;otherwise to remain in full force and effect. 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas 33 Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the 34 provisions of said statute. 35 36 CITY OF FORT WORTH leer Creek Park,Remington Pointe Park.Faster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419.CO2449 Revised July 1,2011 0061 14.2 PAYMENTBOND Page 2 of 3 37 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 38 instrument by duly authorized agents and officers on this 11th day of July ,2018 39 40 PRINCIPAL ATTEST 41 Northstar Construction.LLC 42 43 44 45 (Principal)Signature (incipal)Secretary 46 Michael A. Heimlich, President 47 Name and Title Witness as t incip 48 49 (Principal)Address: 50 2112 Solona Street 51 Fort Worth.TX 76117 52 53 (Telephone) 817-2448885 _ 54 55 SURETY ATTEST 56 Argonaut Insurance Company 57 58 59 60 (Surety)Signature (Surety) Secretary 61 Andrea Rose Crawford, Attorney-in-Fact 62 Name and Title Witness as to Surety 63 64 (Surety)Address: 65 P.O. Box 469011 66 San Antonio,TX 78246 67 68 (Telephone) 210-321-8400 69 "Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 70 by-laws showing that this person has authority to sign such obligation. if Surety's physical 71 address is different from its mailing address,both must be provided.The date of the bond shall 72 not be prior to the date the Contract is awarded. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park Foster Park(Soutli) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419.CO2449 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page 1 of 3 1 SECTION 00 6119 Bond No. SUR0045559 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Northstar Construction,LLC ,known as 9 "Principal"herein and Argonaut Insurance Company p ,a corporate surety 10 (sureties, if more than one)duly authorized to do business in the State of Texas,known as"Surety"herein 11 (whether one or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation 12 created pursuant to the laws of the State of Texas, known as"City"herein, in the sum of One Million, 13 Eighty Eight Thousand, Six Hundred Fourteen and 501100 Dollars($_1,088,614.50), lawful money of 14 the United States,to be paid in Fort Worth, Tarrant County,Texas, for payment of which sum well and 15 truly be made unto the City and its successors, we bind ourselves, our heirs,executors,administrators, 16 successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded the 12" 19 day of June,2018,which Contract is hereby referred to and a made part hereof for all purposes as if fully 20 set forth herein,to furnish all materials,equipment labor and other accessories as defined by law, in the 21 prosecution of the Work, including any Work resulting from a duly authorized Change Order(collectively 22 herein,the"Work")as provided for in said contract and designated as: 23 CITY PROJECT NO.: 100418—DEER CREEK PARK IMPROVEMENTS 24 100419—REMINGTON POINTE PARK IMPROVEMENTS 25 CO2449—FOSTER PARK(SOUTH) EROSION CONTROL 26 IMPROVEMENTS 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will remain free 29 from defects in materials or workmanship for and during the period of two(2)years after the date of 30 Final Acceptance of the Work by the City("Maintenance Period");and, 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part upon 33 receiving notice from the City of the need therefor at any time within the Maintenance Period. 34 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 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 11th day of July,201a._, 3 4 PRINCIPAL: 5 Northstar Construction,LLC 6 8 BY:Iffx it,a a,-� 9 Signature 10 ATTEST: Il 12 Michael A. Heimlich, President 13 (Principal)Secretary Name and Title 14 15 Address: 2112 Solona Street 16 Fort Worth.TX 76117 17 18 19 Witness as t rincip I 20 SURETY: 21 Arnonaut Insurance Company 22 23 24 BY: (L,L�7 25 Signature 26 27 Andrea Rose Crawford,Attorney-in-Fact 28 ATTEST: Name and Title 29 30 Address: P.O. Box 469011 31 ety)Secretary San Antonio,TX 78246 32 __, 33 34 Witness as to Surety Telephone Number: 210-321-8400 35 36 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the 37 by-laws showing that this person has authority to sign such obligation. If Surety's physical 38 address is different from its mailing address,both must be provided.The date of the bond shall 39 not be prior to the date the Contract is awarded. 40 41 END OF SECTION CITY OF FORT WORTH Deer Creek Pork,Remington Pointe Park Faster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419 CO2449 Revised July I,2011 Argonaut Insurance Company AS-0128466 Deliveries Only: 225 W. Washington, 24th Floor Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the Argonaut Insurance Company,a Corporation duly organized and existing under the laws of the State of Illinois and having its principal office in the County of Cook,Illinois does hereby nominate,constitute and appoint: Andrea Rose Crawford Troy Russell Key,Debra Lee MoonSammy Joe Mullis Jr. John William Newby. anLe one Linda Michelle Stalder, Wilbert Raymond Watson or Their true and lawful agent(s)and attomey(s)-in-fact,each in their separate capacity if more than one is nameda t ecute,seal and deliver for and on its behalf as surety,and as its act and deed any and all bonds,contracts,agreements of indemnity and ot� gs in suretyship provided, however,that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: .*` $50.000.000.00 1 This Power of Attorney is granted and is signed and sealed under and by the authority of the foliow,jq Re7Kuti4 adopted by the Board of Directors of Argonaut Insurance Company: "RESOLVED,That the President,Senior Vice President,Vice President,Assistant Vice PregdNSecretary,Treasurer and each of them hereby is authorized to execute powers of attorney,and such authority can be executed by use of f ile s azure,which may be attested or acknowledged by any officer or attorney,of the Company,qualifying the attorney or attorneys named in the givippw of attorney,to execute in behalf of,and acknowledge as the act and deed of the Argonaut Insurance Company,all bond undertakings and mantra,ts suretyship,and to affix the corporate seal thereto." t,/' IN WITNESS WHEREOF,Argonaut Insurance Company has caused its officiY�- O to be hereunto affixed and these presents to be signed by its duly authorized officer on the 8th day of May,2017. ��..•... Argonaut Insurance Company SUR 0? SEAL by: :sem as• .-,: * Joshua C.Betz, Senior Vice President STATE OF TEXAS COUNTY OF HARRIS SS: On this 8th day of May,2017 A.D.,befame, Notary Public of the State of Texas,in and for the County of Harris,duly commissioned and qualified, came THE ABOVE OFFICER O - NY,to me personally known to be the individual and officer described in,and who executed the preceding instrument,and he ack w�Edged the execution of same,and being by me duly sworn,deposed and said that he is the officer of the said Company aforesaid,and that the se affixed to the preceding instrument is the Corporate Seal of said Company,and the said Corporate Seal and his signature as officer wer fuly tleixed sand subscribed to the said instrument by the authority and direction of the said corporation,and that Resolution adopted by the Board oirect s of said Company,referred to in the preceding instrument is now in force. IN TESTIMONIWOF I have hereunto set my hand,and affixed my Official Seal at the County of Harris,the day and year first above written. ; a{}1 `f Yl. �I►t Lo RATHI FN M MEEKS N.t.ry Pubft Stoma d 7—o,, Comm E..W'.r.of tb2022 (Notary Public) It) bb?907 a I,the undersigned Officer of the Argonaut Insurance Company,Illinois Corporation,do hereby certify that the original POWER OF ATTORNEY of which the foregoing is a full,tyre and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF,I have hereunto set my hand,and affixed the Seal of said Company,on the/ day of JV I �. ' °�SEAL:am C h11NO� T James Bluzard Vice President-Surety .. THIS DOCUMENT IS NOT VALID UNLESS THE WORDS ARGO POWER OF ATTORNEY AND THE SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER ARE IN BLUE,AND THE DOCUMENT IS ISSUED ON WATERMARKED PAPER.IF YOU HAVE QUESTIONS ON AUTHENTICITY OF THIS DOCUMENT CALL(210)321-8400. IMPORTANT NOTICE To obtain information or make a complaint: You may call Argonaut Insurance Company and its affiliates by telephone for information or to make a complaint: ARGONAUT INSURANCE COMPANY Please send all notices of claim on this bond to: Argo Surety Claims (413) 773-6359 Deliveries Only: 225 W. Washington, 20 Floor, Chicago, IL 60606 United States Postal Service: P.O. Box 469011, San Antonio, TX 78246 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: (512) 490-1007 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: Cons u merProtectionO-td i.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact your agent or Argo Surety first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND: This notice is for information only and does not become a part or condition of the attached document and is given to comply with Texas legal and regulatory requirements. (MWDDNYYY �►►�co�Ro® CERTIFICATE OF LIABILITY INSURANCE DAT7/,2 0,8 ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). NTCPRODUCER NAMEA T Ailen$ arks/Donna Moble Independent Insurance Group PHONE FAX 3030 LBJ Freewa, Suite 1300 972-231-8277 ac No): Dallas TX 75234-7004 ADDRESS: donnam@indinsgrp.com INSURER(S) 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:766242987 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 I TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM/DPOLIDY EFF POLICY EXP LTR /YYYY MM/DDIYYYY LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y BKW57553561 12/31/2017 12/31/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE � PREMISES DAMAGE REMISES 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 JE T F—]LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY Y Y BAW57553561 12/31/2017 12/31/2018 COMBINED SINGLE LIMIT $ Ea accident 1000 000 IX ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS HIRED AUTOS X NON-OWNED Par.' tDAMAGE $ $ 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 b lo oon b B WORKERS COMPENSATION 0001231613 12/312017 12/31/2018 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE I ER ANY OFFICER/MEMBERIPEXCLUD ARTNED?ECUTIVE FN—]NIA E.L.EACH ACCIDENT $1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below EL.DISEASE-POLICY LIMIT $1,000,000 A Equipment Floater N N BKW57553561 12/312017 12/312018 Leased/Rented $250,000 Deductible $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES ( 101,Additional Remarks Schedule,maybe attached K mon 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 ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 200 Texas Street AUTHORIZED REPRESENTATIVE Fort Worth TX 76102 7- 0 1988-201 ©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#: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 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 CAPITAL IMPROVEMENTS AT: Deer Creek Park(#100418),Remington Pointe Park(#100419),and Foster Park-South(#CO2449) 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 0413 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 04 13 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 I -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. 1. 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 0413 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 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: o 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 11 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 damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under 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". m 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: 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 s 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 s 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 8810 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 work. 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 any one"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 ©2010 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: ©2010 Liberty Mutual Insurance Company.All 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", i. 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 5 of 7 15. 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.5.,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 6.7., 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. ©2010 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 CARRIERCOVERAGE 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. $ Endorsement Effective: Countersigned By: Named Insured: (Authorized Representative) SCHEDULE s 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. 0 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 12/31/17 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 &t.'e 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 Tle'XasMutuar 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 &tz This is not a bill Authorized representative NCCI Carrier Code: 29939 12/19117 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 00 72 00 GENERAL CONDITIONS STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febmary 2,2016 00 72 00 GENERAL CONDITIONS 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............................................................................................................................l l Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ............................................................................................................... 13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5—Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence.............................................................................................19 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fehnuay2,2016 007200 GENERAL CONDITIONS 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 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 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmary2,2016 007200 GENERAL CONDITIONS Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 -Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title ...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febmiary2,2016 007200 GENERAL CONDITIONS Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fc nrary 2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnuazy2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn=y2,2016 0072 00—1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30.Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34.Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnimy2,2016 00 72 00—1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Felxuary2,2016 00 7200—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febtuaty2,2016 00 72 00—1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes,vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday,as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project No.:100418,100419,CO2449 Revision:February 2,2016 00 72 00—1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnwy2,2016 00 72 00-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof)to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnimy2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn=y 2,2016 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. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnkazy2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmary2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnjmy2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febmary 2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fcbmary2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbmary 2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febnwy2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbn=y 2,2016 007200-1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fdxuary2,2016 0072 00—1 GENERAL CONDITIONS Page I9 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fcbn=y 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnwy2,2016 0072 00—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 01 32 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnmy 2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbmary2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnwy 2,2016 00 7200—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 fiunishing 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febwaty2,2016 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. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febniary 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmazy 2,2016 00 72 00—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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes,the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febma y 2,2016 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. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.httnl 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnwy 2,20I6 0072 00—1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmary 2,2016 00 72 00—1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part,by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Felxuary2,2016 007200-1 GENERAL CONDITIONS Page 3I 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnimy 2,20I6 00 72 00—1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbmaiy2,2016 00 7200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS MENVINIFICATION 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INENDED TO OPE AT . AND B"EFECTIVE EVEN IF IT I ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEINGSOUGHT 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn=y 2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn=y 2,20I6 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:February 2,2016 0072 00—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 < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febnmy 2,2016 00 72 00—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 Order may be issued by the City. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnwy2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn=ry 2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febmazy2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmary2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnimy 2,2016 00 72 00—1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febniary 2,2016 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. £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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:February2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmazy 2,2016 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 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work(determined as provided in Paragraph 11.01)plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q. 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 11.01.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 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fcbnjary 2,20I6 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.B; 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febn=y 2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections,tests,retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation(TDLR)inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbn=y2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnmy2,2016 00 72 00—1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier,any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule,whether or not fabricated,installed,or completed, or,if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance(or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs)arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fcbn=y2,2016 0072 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbnwy2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febn=y2,20I6 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work,and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmary2,20I6 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febniaty2,2016 00 72 00—1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Fcbniazy2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:February 2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febnwy2,2016 0072 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febwary 2,2016 00 72 00—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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febnwy2,20I6 007200—I 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 Deer Creek Park,Remington Pointe Park,Faster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Fcbnimy2,20I6 0072 00—1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it,the amount, if any,due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 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 10.06.13 shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revision:Febmazy2,2016 0072 00—1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febn acy 2,2016 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revision:Febmay 2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO GENERAL CONDITIONS 4 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the 10 General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning 15 assigned to them in the General Conditions,unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and other 20 Contract Documents. 21 22 SC-3.03B.2,"Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon 29 receiving the final easements descriptions,Contractor shall compare them to the lines shown on the Contract 30 Drawings. 31 32 SC-4.01A.1.,"Availability of Lands" 33 34 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 35 36 [Month Day, Year this document was prepared]: March 29,2018 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired 39 PARCEL NUMBER OWNER TARGET DATE OF POSSESSION 40 41 NONE 42 43 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, and do not 44 bind the City. 45 46 If Contractor considers the final easements provided to differ materially from the representations on the Contract 47 Drawings,Contractor shall within five(5)Business Days and before proceeding with the Work,notify City in writing 48 associated with the differing easement line locations. 49 50 SC-4.01A.2,"Availability of Lands" 51 52 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated as of 53 54 [Month Day, Year this document was prepared]: March 29,2018 55 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 EXPECTED OWNER UTILITY AND LOCATION TARGET DATE OF ADJUSTMENT 3 4 NONE 5 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed,and do not 7 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 NONE 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface structures(except 16 Underground Facilities)which are at or contiguous to the site of the Work: 17 18 NONE 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 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 officers, 29 directors,agents and employees. 30 31 (1) City 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not 36 less than the following amounts or greater where required by laws and regulations: 37 38 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 48 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance under 49 Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with minimum limits of: 50 51 $1,000,000 each occurrence 52 $2,000,000 aggregate limit 53 54 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the General 55 Aggregate Limits apply separately to each job site. 56 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 1 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's.Verification 2 of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 3 4 SC 5.04C.,"Contractor's Insurance" 5 6 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under Paragraph 7 GC-5.04C.,which shall be in an amount not less than the following amounts: 8 9 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto",defined 10 as autos owned,hired and non-owned. 11 12 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: 13 14 $250,000 Bodily Injury per person/ 15 $500,000 Bodily Injury per accident/ 16 $100,000 Property Damage 17 18 SC-5.04D.,"Contractor's Insurance" 19 20 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and material 21 deliveries to cross railroad properties and tracks at: 22 23 NONE 24 25 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with,hinder, 26 or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other 27 property. Such operations on railroad properties may require that Contractor to execute a"Right of Entry 28 Agreement"with the particular railroad company or companies involved,and to this end the Contractor should 29 satisfy itself as to the requirements of each railroad company and be prepared to execute the right-of-entry(if any) 30 required by a railroad company.The requirements specified herein likewise relate to the Contractor's use of private 31 and/or construction access roads crossing said railroad company's properties. 32 33 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage 34 for not less than the following amounts,issued by companies satisfactory to the City and to the Railroad Company 35 for a term that continues for so long as the Contractor's operations and work cross,occupy,or touch railroad 36 property: 37 38 (1) General Aggregate: $Confirm Limits with Railroad 39 40 (2) Each Occurrence: $Confirm Limits with Railroad 41 42 _Required for this Contract X Not required for this Contract 43 <Provide an "X"next to the appropriate selection above based on the Contract requirements> 44 45 With respect to the above outlined insurance requirements,the following shall govern: 46 47 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in the name 48 of the railroad company.However,if more than one grade separation or at-grade crossing is affected by the 49 Project at entirely separate locations on the line or lines of the same railroad company, separate coverage 50 may be required,each in the amount stated above. 51 52 2. Where more than one railroad company is operating on the same right-of-way or where several railroad 53 companies are involved and operated on their own separate rights-of-way,the Contractor may be required to 54 provide separate insurance policies in the name of each railroad company. 55 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a railroad 2 company's right-of-way at a location entirely separate from the grade separation or at-grade crossing, 3 insurance coverage for this work must be included in the policy covering the grade separation. 4 5 4. If no grade separation is involved but other work is proposed on a railroad company's right-of-way,all such 6 other work may be covered in a single policy for that railroad,even though the work may be at two or more 7 separate locations. 8 9 No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until 10 the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company 11 named,as required above. All such insurance must be approved by the City and each affected Railroad Company 12 prior to the Contractor's beginning work. 13 14 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been 15 completed and the grade crossing,if any,is no longer used by the Contractor. In addition,insurance must be carried 16 during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the 17 railroad company as the insured,together with any tenant or lessee of the railroad company operating over tracks 18 involved in the Project. 19 20 SC-6.04.,"Project Schedule" 21 22 Project schedule shall be Tier 3 for the project. 23 24 SC-6.07.,"Wage Rates" 25 26 The following is the prevailing wage rate table(s)applicable to this project and is provided in the Appendixes: 27 28 - 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 29 - 2013 Prevailing Wage Ratges(Commerical Construction Projects) 30 31 <Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW Wage 32 Rate Table 20080708.pdf> 33 34 SC-6.09.,"Permits and Utilities" 35 36 SC-6.09A.,"Contractor obtained permits and licenses" 37 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 38 39 NONE 40 41 SC-6.09B."City obtained permits and licenses" 42 The following are known permits and/or licenses required by the Contract to be acquired by the City: 43 44 NONE 45 46 47 48 49 50 51 52 53 54 55 56 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 SC-6.09C."Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 4 5 [Month Day, Year this document was prepared]: March 29,2018 6 7 Outstanding Permits and/or Licenses to Be Acquired 8 PERMIT OR LICENSE 9 AND LOCATION OWNER TARGET DATE OF POSSESSION 10 11 NONE 12 13 8E 6.24B.,"Title All,Civil Right. A et of 1964 .. amendedL' 14 15 itself-,its 16 (her-ein f er-.-e f..md to as the"Gent.. eter-2)agrees s f 1lowx. 17 18 1. COMPURRee With RegUlatiORSI The GORtFaeteF shall eamply with the Regulation r-elative to fienjiser-ifnination 19 "POT-2) 20 ,(befeinafter-r-efefFed to as the 21 . 22 23 , 24 ,OF nmieaal origin,in the seleetion and retention of subeenlfaeteFs; 25 ift6itidiFig PF06tfr-OfflefftS Of ffiatffiak a-nd leases of equipment. The Gentmeter-shall not paftieipate either-diFeet!)' 26 , 27 . 28 29 , 30 31 32 shall be netified by the Cefitr-aetOF of the Centmeter-'s obligations under-this eentfaet and the Regulations, 33 , 34 35 4. WOMMIOR and Reports- The Gentmas-ter-shall pr-evide all infai:mati-on and r-epefts required by the 36 ,at 37 38 39 40 , 41 . 42 43 5. Sanetions for Noneomplianeel in the event of the Ceatfaetef's neneemplianee with the neadiseFifnination 44 pr-evisieas of this Centr-aet,City shall impose stieh een4aet sanetions as it or-the Texas Depa+tfnefit a 45 . 46 47 , 48 alar 49 b. eaneellation,teffnination or-suspension of the Gentmet,in whale or-in pa 50 51 52 eN,efy subeentmet,including pFeeurements of Famerials and leases ef equipment,unless exempt by the 53 Regulations,or dimetives issued pufsuant thereto. The Geatr-aetor shall take sueh action with r-espeet to an), 54 55 in the event a 56 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 6 1 , 2 ,the eentfaetef fnay request the United States to enter-into stieh litigation to pr-eteet the interest 3 the United State. 4 5 . 6 7 SC-7.02.,"Coordination" 8 9 The individuals or entities listed below have contracts with the City for the performance of other work at the Site: 10 <Populate the table below with the required information.If none then write "None"> 11 12 VENDOR SCOPE OF WORK COORDINATION AUTHORITY 13 14 NONE 15 16 SC-8.01,"Communications to Contractor" 17 18 NONE 19 20 SC-9.01.,"City's Project Manager" 21 22 The City's Project Manager for this Contract is Bryan Lyness,RLA,or his/her successor pursuant to written 23 notification from the Director of the Park&Recreation Department. 24 25 SC-13.03C.,"Tests and Inspections" 26 27 NONE 28 29 SC-16.01C.1,"Methods and Procedures" 30 31 NONE 32 33 END OF SECTION 34 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised January 22,2016 D 0 0 0 ivision O 1 General Requirements 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 01 25 00-1 SUBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution- General 26 1. Within 30 days after award of Contract(unless noted otherwise), the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors, trade names, or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are"or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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. 47 4. No additional contract time will be given for substitution. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 2500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 5. Substitution will be rejected if- 2 a. Submittal is not through the Contractor with his stamp of approval 3 b. Request is not made in accordance with this Specification Section 4 c. In the City's opinion, acceptance will require substantial revision of the original 5 design 6 d. In the City's opinion, substitution will not perform adequately the function 7 consistent with the design intent 8 1.6 ACTION SUBMITTALSANFORMATIONAL 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. In making request for substitution or in using an approved product, the Contractor 13 represents that the Contractor: 14 1. Has investigated proposed product, and has determined that it is adequate or 15 superior in all respects to that specified, and that it will perform function for which 16 it is intended 17 2. Will provide same guarantee for substitute item as for product specified 18 3. Will coordinate installation of accepted substitution into Work,to include building 19 modifications if necessary, making such changes as may be required for Work to be 20 complete in all respects 21 4. Waives all claims for additional costs related to substitution which subsequently 22 arise 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 31 19-1 PRECONSTRUCTION MEETING Page I of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request 39 e. Other City representatives CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised August 17,2012 0131 19-2 PRECONSTRUCTION MEETING Page 2 of 3 1 f. Others as appropriate 2 4. Construction Schedule 3 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 4 provide at Preconstruction Meeting. 5 b. City will notify Contractor of any schedule changes upon Notice of 6 Preconstruction Meeting. 7 5. Preliminary Agenda may include: 8 a. Introduction of Project Personnel 9 b. General Description of Project 10 c. Status of right-of-way,utility clearances, easements or other pertinent permits 11 d. Contractor's work plan and schedule 12 e. Contract Time 13 f. Notice to Proceed 14 g. Construction Staking 15 h. Progress Payments 16 i. Extra Work and Change Order Procedures 17 j. Field Orders 18 k. Disposal Site Letter for Waste Material 19 1. Insurance Renewals 20 in. Payroll Certification 21 n. Material Certifications and Quality Control Testing 22 o. Public Safety and Convenience 23 p. Documentation of Pre-Construction Conditions 24 q. Weekend Work Notification 25 r. Legal Holidays 26 s. Trench Safety Plans 27 t. Confined Space Entry Standards 28 u. Coordination with the City's representative for operations of existing water 29 systems 30 v. Storm Water Pollution Prevention Plan 31 w. Coordination with other Contractors 32 x. Early Warning System 33 y. Contractor Evaluation 34 z. Special Conditions applicable to the project 35 aa. Damages Claims 36 bb. Submittal Procedures 37 cc. Substitution Procedures 38 dd. Correspondence Routing 39 ee. Record Drawings 40 ff. Temporary construction facilities 41 gg. M/WBE or MBE/SBE procedures 42 hh. Final Acceptance 43 ii. Final Payment 44 J. Questions or Comments CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised August 17,2012 01 31 20-1 PROJECT MEETINGS Pagel of 3 1 SECTION 01 31 20 2 PROJECT MEETINGS 3 PART 1 - 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 31 20-2 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 3120-3 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I —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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays,key schedule issues,critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 O1 32 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. 47 c. Acknowledge and agree that actual delays, affecting paths of activities 48 containing float time,will not have any effect upon contract completion times, 49 providing that the actual delay does not exceed the float time associated with 50 those activities. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 E. Coordinating Schedule with Other Contract Schedules 2 1. Where work is to be performed under this Contract concurrently with or contingent 3 upon work performed on the same facilities or area under other contracts,the 4 Baseline Schedule shall be coordinated with the schedules of the other contracts. 5 a. Obtain the schedules of the other appropriate contracts from the City for the 6 preparation and updating of Baseline schedule and make the required changes 7 in his schedule when indicated by changes in corresponding schedules. 8 2. In case of interference between the operations of different contractors,the City will 9 determine the work priority of each contractor and the sequence of work necessary 10 to expedite the completion of the entire Project. 11 a. In such cases,the decision of the City shall be accepted as final. 12 b. The temporary delay of any work due to such circumstances shall not be 13 considered as justification for claims for additional compensation. 14 1.5 SUBMITTALS 15 A. Baseline Schedule 16 1. Submit Schedule in native file format and pdf format as required in the City of Fort 17 Worth Schedule Guidance Document. 18 a. Native file format includes: 19 1) Primavera(P6 or Primavera Contractor) 20 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 21 bring in hard copy to the meeting for review and discussion. 22 B. Progress Schedule 23 1. Submit progress Schedule in native file format and pdf format as required in the 24 City of Fort Worth Schedule Guidance Document. 25 2. Submit progress Schedule monthly no later than the last day of the month. 26 C. Schedule Narrative 27 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 28 Schedule Guidance Document. 29 2. Submit schedule narrative monthly no later than the last day of the month. 30 D. Submittal Process 31 1. The City administers and manages schedules through Buzzsaw. 32 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 33 Guidance Document. 34 3. Once the project has been completed and Final Acceptance has been issued by the 35 City, no further progress schedules are required. 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 40 A. The person preparing and revising the construction Progress Schedule shall be 41 experienced in the preparation of schedules of similar complexity. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 B. Schedule and supporting documents addressed in this Specification shall be prepared, 2 updated and revised to accurately reflect the performance of the construction. 3 C. Contractor is responsible for the quality of all submittals in this section meeting the 4 standard of care for the construction industry for similar projects. 5 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 6 1.11 FIELD [SITE] CONDITIONS [NOT USED] 7 1.12 WARRANTY [NOT USED] 8 PART 2 - PRODUCTS [NOT USED] 9 PART 3 - EXECUTION [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 12 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page I 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 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 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 013300-1 SUBMITTALS Page I of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART 1 - 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 01 3300-2 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 '/z 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 47 2. The Project title and number CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 01 3300-3 SUBMITTALS Page 3 of 8 1 3. Contractor identification 2 4. The names of: 3 a. Contractor 4 b. Supplier 5 c. Manufacturer 6 5. Identification of the product,with the Specification Section number,page and 7 paragraph(s) 8 6. Field dimensions, clearly identified as such 9 7. Relation to adjacent or critical features of the Work or materials 10 8. Applicable standards, such as ASTM or Federal Specification numbers 11 9. Identification by highlighting of deviations from Contract Documents 12 10. Identification by highlighting of revisions on resubmittals 13 11. An 8-inch x 3-inch blank space for Contractor and City stamps 14 F. Shop Drawings 15 1. As specified in individual Work Sections includes,but is not necessarily limited to: 16 a. Custom-prepared data such as fabrication and erection/installation(working) 17 drawings 18 b. Scheduled information 19 c. Setting diagrams 20 d. Actual shopwork manufacturing instructions 21 e. Custom templates 22 f. Special wiring diagrams 23 g. Coordination drawings 24 h. Individual system or equipment inspection and test reports including: 25 1) Performance curves and certifications 26 i. As applicable to the Work 27 2. Details 28 a. Relation of the various parts to the main members and lines of the structure 29 b. Where correct fabrication of the Work depends upon field measurements 30 1) Provide such measurements and note on the drawings prior to submitting 31 for approval. 32 G. Product Data 33 1. For submittals of product data for products included on the City's Standard Product 34 List, clearly identify each item selected for use on the Project. 35 2. For submittals of product data for products not included on the City's Standard 36 Product List, submittal data may include,but is not necessarily limited to: 37 a. Standard prepared data for manufactured products(sometimes referred to as 38 catalog data) 39 1) Such as the manufacturer's product specification and installation 40 instructions 41 2) Availability of colors and patterns 42 3) Manufacturer's printed statements of compliances and applicability 43 4) Roughing-in diagrams and templates 44 5) Catalog cuts 45 6) Product photographs 46 7) Standard wiring diagrams CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 8) Printed performance curves and operational-range diagrams 2 9) Production or quality control inspection and test reports and certifications 3 10) Mill reports 4 11) Product operating and maintenance instructions and recommended 5 spare-parts listing and printed product warranties 6 12) As applicable to the Work 7 H. Samples 8 1. As specified in individual Sections, include,but are not necessarily limited to: 9 a. Physical examples of the Work such as: 10 1) Sections of manufactured or fabricated Work 11 2) Small cuts or containers of materials 12 3) Complete units of repetitively used products color/texture/pattem swatches 13 and range sets 14 4) Specimens for coordination of visual effect 15 5) Graphic symbols and units of Work to be used by the City for independent 16 inspection and testing, as applicable to the Work 17 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 18 be fabricated or installed prior to the approval or qualified approval of such item. 19 1. Fabrication performed,materials purchased or on-site construction accomplished 20 which does not conform to approved shop drawings and data is at the Contractor's 21 risk. 22 2. The City will not be liable for any expense or delay due to corrections or remedies 23 required to accomplish conformity. 24 3. Complete project Work, materials,fabrication, and installations in conformance 25 with approved shop drawings, applicable samples, and product data. 26 J. Submittal Distribution 27 1. Electronic Distribution 28 a. Confirm development of Project directory for electronic submittals to be 29 uploaded to City's Buzzsaw site, or another external FTP site approved by the 30 City. 31 b. Shop Drawings 32 1) Upload submittal to designated project directory and notify appropriate 33 City representatives via email of submittal posting. 34 2) Hard Copies 35 a) 3 copies for all submittals 36 b) If Contractor requires more than 1 hard copy of Shop Drawings 37 returned, Contractor shall submit more than the number of copies listed 38 above. 39 c. Product Data 40 1) Upload submittal to designated project directory and notify appropriate 41 City representatives via email of submittal posting. 42 2) Hard Copies 43 a) 3 copies for all submittals 44 d. Samples 45 1) Distributed to the Project Representative 46 2. Hard Copy Distribution(if required in lieu of electronic distribution) 47 a. Shop Drawings CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 1) Distributed to the City 2 2) Copies 3 a) 8 copies for mechanical submittals 4 b) 7 copies for all other submittals 5 c) If Contractor requires more than 3 copies of Shop Drawings returned, 6 Contractor shall submit more than the number of copies listed above. 7 b. Product Data 8 1) Distributed to the City 9 2) Copies 10 a) 4 copies 11 c. Samples 12 1) Distributed to the Project Representative 13 2) Copies 14 a) Submit the number stated in the respective Specification Sections. 15 3. Distribute reproductions of approved shop drawings and copies of approved 16 product data and samples, where required, to the job site file and elsewhere as 17 directed by the City. 18 a. Provide number of copies as directed by the City but not exceeding the number 19 previously specified. 20 K. Submittal Review 21 1. The review of shop drawings, data and samples will be for general conformance 22 with the design concept and Contract Documents. This is not to be construed as: 23 a. Permitting any departure from the Contract requirements 24 b. Relieving the Contractor of responsibility for any errors, including details, 25 dimensions, and materials 26 c. Approving departures from details famished by the City, except as otherwise 27 provided herein 28 2. The review and approval of shop drawings, samples or product data by the City 29 does not relieve the Contractor from his/her responsibility with regard to the 30 fulfillment of the terms of the Contract. 31 a. All risks of error and omission are assumed by the Contractor, and the City will 32 have no responsibility therefore. 33 3. The Contractor remains responsible for details and accuracy, for coordinating the 34 Work with all other associated work and trades, for selecting fabrication processes, 35 for techniques of assembly and for performing Work in a safe manner. 36 4. If the shop drawings, data or samples as submitted describe variations and show a 37 departure from the Contract requirements which City finds to be in the interest of 38 the City and to be so minor as not to involve a change in Contract Price or time for 39 performance,the City may return the reviewed drawings without noting an 40 exception. 41 5. Submittals will be returned to the Contractor under 1 of the following codes: 42 a. Code 1 43 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 44 comments on the submittal. 45 a) When returned under this code the Contractor may release the 46 equipment and/or material for manufacture. 47 b. Code 2 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CrrY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 01 35 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 01 35 13-3 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 bums 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 01 35 13-5 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH DOE NO.XXXX WOO"Ili: 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. 39 2) Upload test reports to designated project directory and notify appropriate 40 City representatives via email of submittal posting. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:1004!8, 100419,CO2449 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 3) Hard Copies 2 a) 1 copy for all submittals submitted to the Project Representative 3 b. Hard Copy Distribution(if required in lieu of electronic distribution) 4 1) Tests performed by City 5 a) Distribute 1 hard copy to the Contractor 6 2) Tests performed by the Contractor 7 a) Distribute 3 hard copies to City's Project Representative 8 4. Provide City's Project Representative with trip tickets for each delivered load of 9 Concrete or Lime material including the following information: 10 a. Name of pit 11 b. Date of delivery 12 c. Material delivered 13 B. Inspection 14 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 15 perform work in accordance with the Contract Documents. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2- PRODUCTS [NOT USED] 25 PART 3 - EXECUTION [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 50 00-1 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 I —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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 5000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment,or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 5000-3 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 5000-4 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July I,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. 39 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2) Contractor's responsibility to coordinate review of Traffic Control plans for 2 Street Use Permit, such that construction is not delayed. 3 C. Modification to Approved Traffic Control 4 1. Prior to installation traffic control: 5 a. Submit revised traffic control plans to City Department Transportation and 6 Public Works Department. 7 1) Revise Traffic Control plans in accordance with Section 34 71 13. 8 2) Allow minimum 5 working days for review of revised Traffic Control. 9 3) It is the Contractor's responsibility to coordinate review of Traffic Control 10 plans for Street Use Permit, such that construction is not delayed. 11 D. Removal of Street Sign 12 1. If it is determined that a street sign must be removed for construction,then contact 13 City Transportation and Public Works Department, Signs and Markings Division to 14 remove the sign. 15 E. Temporary Signage 16 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 17 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 18 Devices(MUTCD). 19 2. Install temporary sign before the removal of permanent sign. 20 3. When construction is complete,to the extent that the permanent sign can be 21 reinstalled, contact the City Transportation and Public Works Department, Signs 22 and Markings Division,to reinstall the permanent sign. 23 F. Traffic Control Standards 24 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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 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] 34 PART 3 - EXECUTION [NOT USED] 35 END OF SECTION 36 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 57 13-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 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 1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 01 33 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 48 B. Modified SWPPP CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July I,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 2 in accordance with Section 013 3 00. 3 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 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 [SITE] CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS [NOT USED] 11 PART 3- EXECUTION [NOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 14 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 58 13-1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 0158 13-2 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July I,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,20I2 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 7 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 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. 34 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 35 containers designed and constructed to protect the contents from physical or 36 environmental damage. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 6600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 5. Clearly and fully mark and identify as to manufacturer, item and installation 2 location. 3 6. Provide manufacturer's instructions for storage and handling. 4 B. Handling Requirements 5 1. Handle products or equipment in accordance with these Contract Documents and 6 manufacturer's recommendations and instructions. 7 C. Storage Requirements 8 1. Store materials in accordance with manufacturer's recommendations and 9 requirements of these Specifications. 10 2. Make necessary provisions for safe storage of materials and equipment. 11 a. Place loose soil materials and materials to be incorporated into Work to prevent 12 damage to any part of Work or existing facilities and to maintain free access at 13 all times to all parts of Work and to utility service company installations in 14 vicinity of Work. 15 3. Keep materials and equipment neatly and compactly stored in locations that will 16 cause minimum inconvenience to other contractors,public travel,adjoining owners, 17 tenants and occupants. 18 a. Arrange storage to provide easy access for inspection. 19 4. Restrict storage to areas available on construction site for storage of material and 20 equipment as shown on Drawings, or approved by City's Project Representative. 21 5. Provide off-site storage and protection when on-site storage is not adequate. 22 a. Provide addresses of and access to off-site storage locations for inspection by 23 City's Project Representative. 24 6. Do not use lawns, grass plots or other private property for storage purposes without 25 written permission of owner or other person in possession or control of premises. 26 7. Store in manufacturers' unopened containers. 27 8. Neatly, safely and compactly stack materials delivered and stored along line of 28 Work to avoid inconvenience and damage to property owners and general public 29 and maintain at least 3 feet from fire hydrant. 30 9. Keep public and private driveways and street crossings open. 31 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 32 satisfaction of City's Project Representative. 33 a. Total length which materials may be distributed along route of construction at 34 one time is 1,000 linear feet,unless otherwise approved in writing by City's 35 Project Representative. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 30 : CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel,equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 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 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 [OR] 36 1. Mobilization and Demobilization 37 a. Measure 38 1) This Item will be measured by the lump sum or each as the work 39 progresses. Mobilization is calculated on the base bid only and will not be 40 paid for separately on any additive alternate items added to the Contract. 41 2) Demobilization shall be considered subsidiary to the various bid items. 42 b. Payment 43 1) For this Item, the adjusted Contract amount will be calculated as the total 44 Contract amount less the lump sum for mobilization. Mobilization shall be 45 made in partial payments as follows: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 1 a) When 1%of the adjusted Contract amount for construction Items is 2 earned, 50%of the mobilization lump sum bid or[Insert% the maximum 3 allowed]%of the total Contract amount,whichever is less,will be paid. 4 b) When 5%of the adjusted Contract amount for construction Items is 5 earned,75%of the mobilization lump sum bid or[Insert the maximum 6 allowed]%of the total Contract amount,whichever is less,will be paid. 7 Previous payments under the Item will be deducted from this amount. 8 c) When 10%of the adjusted Contract amount for construction Items is 9 earned, 100%of the mobilization lump sum bid or[Insert the maximum 10 allowed]%of the total Contract amount,whichever is less,will be paid. 11 Previous payments under the Item will be deducted from this amount. 12 d)A bid containing a total for"Mobilization"in excess of[Insert 13 maximum allowed]% of total contract shall be considered unbalanced 14 and a cause for consideration of rejection. 15 e)The Lump Sum bid for"Mobilization—Paving/Drainage" shall NOT 16 include any cost or sum for mobilization items associated with 17 water/sewer items. Those costs shall be included in the various 18 water/sewer bid Items. Otherwise the bid Items shall be considered 19 unbalanced and a cause for consideration of rejection. 20 f)The Lump Sum bid for"Mobilization—Paving"shall NOT include 21 any cost or sum for mobilization items associated with drainage items. 22 Those costs shall be included in the"Mobilization—Drainage"Lump 23 Sum bid Item. Otherwise the bid Items shall be considered unbalanced 24 and a cause for consideration of rejection. 25 g)The Lump Sum bid for"Mobilization—Drainage"shall NOT 26 include any cost or sum for mobilization items associated with paving 27 items. Those costs shall be included in the"Mobilization—Paving" 28 Lump Sum bid Item. Otherwise the bid Items shall be considered 29 unbalanced and a cause for consideration of rejection. 30 2) The work performed and materials furnished for demobilization in 31 accordance with this Item are subsidiary to the various Items bid and no other 32 compensation will be allowed. 33 [OR] 34 1. Mobilization and Demobilization[If multiple "Mobilization"bid items are used 35 due to different funding(ex. Water and Sewer and Paving and/or Drainage)— 36 Provide detail of each bid item- Consultant to provide detail for each bid item 37 (typically Water/Sewer will be subsidiary and Paving/Drainage will be LS, with 38 possibly separate bid items for Paving and Drainage due to funding).] 39 a. Measure 40 1) This item for Water/Sewer improvements is considered subsidiary to the 41 various Items bid. 42 2) "Mobilization—Paving,""Mobilization—Drainage,"and/or"Mobilization 43 —Paving/Drainage"will be measured by the lump sum or each as the work 44 progresses. Mobilization is calculated on the base bid only and will not be 45 paid for separately on any additive alternate items added to the Contract. 46 3) Demobilization shall be considered subsidiary to the various bid items. 47 b. Payment 48 1) The work performed and materials furnished in accordance with this Item 49 for Water/Sewer improvements are subsidiary to the various Items bid and no 50 other compensation will be allowed. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 6 l 2) "Mobilization—Paving,""Mobilization—Drainage,"and/or"Mobilization 2 —Paving/Drainage",the adjusted Contract amount will be calculated as the 3 total Contract amount for paving, drainage or paving/drainage improvements 4 less the lump sum for mobilization. Mobilization shall be made in partial 5 payments as follows: 6 a) When 1%of the adjusted Contract amount for construction Items is 7 earned, 50%of the mobilization lump sum bid or(Insert % the maximum 8 allowed] %of the total paving, drainage, or paving/drainage Contract 9 amount,whichever is less,will be paid. 10 b) When 5%of the adjusted Contract amount for construction Items is 11 earned, 75%of the mobilization lump sum bid or[Insert the maximum 12 allowed]%of the total paving, drainage,or paving/drainage Contract 13 amount,whichever is less,will be paid. Previous payments under the Item 14 will be deducted from this amount. 15 c) When 10%of the adjusted Contract amount for construction Items is 16 earned, 100%of the mobilization lump sum bid or[Insert the inaximuni 17 allowed]%of the total paving, drainage, or paving/drainage Contract 18 amount,whichever is less, will be paid. Previous payments under the Item 19 will be deducted from this amount. 20 d)A bid containing a total for"Mobilization"in excess of[Insert 21 niaviinum allowed]% of total paving, drainage or paving/drainage 22 contract shall be considered unbalanced and a cause for consideration 23 of rejection. 24 3) The work performed and materials furnished for demobilization in 25 accordance with this Item are subsidiary to the various Items bid and no other 26 compensation will be allowed. 27 2. Remobilization for suspension of Work as specifically required in the Contract 28 Documents 29 a. Measurement 30 1) Measurement for this Item shall be per each remobilization performed. 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 per each"Specified Remobilization"in accordance with Contract 35 Documents. 36 c. The price shall include: 37 1) Demobilization as described in Section 1.1.A.2.a.1) 38 2) Remobilization as described in Section 1.1.A.2.a.2) 39 d. No payments will be made for standby,idle time, or lost profits associated this 40 Item. 41 3. Remobilization for suspension of Work as required by City 42 a. Measurement and Payment 43 1) This shall be submitted as a Contract Claim in accordance with Article 10 44 of Section 00 72 00. 45 2) No payments will be made for standby, idle time,or lost profits associated 46 with this Item. 47 4. Mobilizations and Demobilizations for Miscellaneous Projects 48 a. Measurement 49 1) Measurement for this Item shall be for each Mobilization and 50 Demobilization required by the Contract Documents CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 22,2016 017000-5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 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 per each"Work Order Mobilization"in accordance with Contract 5 Documents. Demobilization shall be considered subsidiary to mobilization 6 and shall not be paid for separately. 7 c. The price shall include: 8 1) Mobilization as described in Section 1.1.A.3.a.1) 9 2) Demobilization as described in Section 1.1.A.3.a.2) 10 d. No payments will be made for standby, idle time, or lost profits associated this 11 Item. 12 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 13 a. Measurement 14 1) Measurement for this Item shall be for each Mobilization and 15 Demobilization required by the Contract Documents 16 b. Payment 17 1) The Work performed and materials furnished in accordance with this Item 18 and measured as provided under"Measurement"will be paid for at the unit 19 price per each"Work Order Emergency Mobilization" in accordance with 20 Contract Documents. Demobilization shall be considered subsidiary to 21 mobilization and shall not be paid for separately. 22 c. The price shall include 23 1) Mobilization as described in Section 1.1.A.4.a) 24 2) Demobilization as described in Section 1.1.A.3.a.2) 25 d. No payments will be made for standby, idle time, or lost profits associated this 26 Item. 27 1.3 REFERENCES [NOT USED] 28 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.5 SUBMITTALS [NOT USED] 30 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE [NOT USED] 34 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 35 1.11 FIELD [SITE] CONDITIONS [NOT USED] 36 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 22,2016 017000-6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 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. 5 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page l of 7 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include,but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement,maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will 35 be allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". 42 2) Payment for"As-Built Survey"shall be made in partial payments prorated 43 by work completed compared to total work included in the lump sum item. 44 c. The price bid shall include,but not be limited to the following: 45 1) Field measurements and survey shots to identify location of completed 46 facilities. 47 2) Documentation and submittal of as-built survey data onto contractor 48 redline plans and digital survey files. 49 50 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised February I4,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 7 1 1.3 REFERENCES 2 A. Definitions 3 1. Construction Survey-The survey measurements made prior to or while 4 construction is in progress to control elevation,horizontal position, dimensions and 5 configuration of structures/improvements included in the Project Drawings. 6 2. Construction Staking—The placement of stakes and markings to provide offsets 7 and elevations to cut and fill in order to locate on the ground the designed 8 structures/improvements included in the Project Drawings. Construction staking 9 shall include staking easements and/or right of way if indicated on the plans. 10 3. Survey"Field Checks"—Measurements made after construction staking is 11 completed and before construction work begins to ensure that structures marked on 12 the ground are accurately located per Project Drawings. 13 4. As-built Survey—The measurements made after the construction of the 14 improvement features are complete to provide position coordinates for the features 15 of a project. 16 B. Technical References 17 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 18 website)—017123.16.01— 17123.16.01_Attachment A- Survey Staking Standards 19 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files (available 20 on City's Buzzsaw website). 21 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 22 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 23 Surveying in the State of Texas, Category 5 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. The Contractor's selection of a surveyor must comply with Texas Government 26 Code 2254 (qualifications based selection)for this project. 27 1.5 SUBMITTALS 28 A. Submittals, if required, shall be in accordance with Section 01 33 00. 29 B. All submittals shall be received and reviewed by the City prior to delivery of work. 30 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 31 A. Field Quality Control Submittals 32 1. Documentation verifying accuracy of field engineering work, including coordinate 33 conversions if plans do not indicate grid or ground coordinates. 34 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 35 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 36 1.7 CLOSEOUT SUBMITTALS 37 B.As-built Redline Drawing Submittal 38 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 39 constructed improvements signed and sealed by Registered Professional Land 40 Surveyor(RPLS)responsible for the work(refer to 01 7123.16.01 —Attachment A 41 —Survey Staking Standards) . 42 2. Contractor shall submit the proposed as-built and completed redline drawing 43 submittal one(1)week prior to scheduling the project final inspection for City 44 review and comment. Revisions, if necessary, shall be made to the as-built redline 45 drawings and resubmitted to the City prior to scheduling the construction final 46 inspection. 47 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 48 1.9 QUALITY ASSURANCE 49 A. Construction Staking 50 1. Construction staking will be performed by the Contractor. 51 2. Coordination CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 7 1 a. Contact City's Project Representative at least one week in advance notifying 2 the City of when Construction Staking is scheduled. 3 b. It is the Contractor's responsibility to coordinate staking such that 4 construction activities are not delayed or negatively impacted. 5 3. General 6 a. Contractor is responsible for preserving and maintaining stakes. If City 7 surveyors are required to re-stake for any reason,the Contractor will be 8 responsible for costs to perform staking. If in the opinion of the City, a 9 sufficient number of stakes or markings have been lost, destroyed disturbed or 10 omitted that the contracted Work cannot take place then the Contractor will be 11 required to stake or re-stake the deficient areas. 12 B. Construction Survey 13 1. Construction Survey will be performed by the Contractor. 14 2. Coordination 15 a. Contractor to verify that horizontal and vertical control data established in the 16 design survey and required for construction survey is available and in place. 17 3. General 18 a. Construction survey will be performed in order to construct the work shown 19 on the Construction Drawings and specified in the Contract Documents. 20 b. For construction methods other than open cut,the Contractor shall perform 21 construction survey and verify control data including,but not limited to,the 22 following: 23 1) Verification that established benchmarks and control are accurate. 24 2) Use of Benchmarks to furnish and maintain all reference lines and grades 25 for tunneling. 26 3) Use of line and grades to establish the location of the pipe. 27 4) Submit to the City copies of field notes used to establish all lines and 28 grades, if requested,and allow the City to check guidance system setup 29 prior to beginning each tunneling drive. 30 5) Provide access for the City, if requested,to verify the guidance system and 31 the line and grade of the carrier pipe. 32 6) The Contractor remains fully responsible for the accuracy of the work and 33 correction of it, as required. 34 7) Monitor line and grade continuously during construction. 35 8) Record deviation with respect to design line and grade once at each pipe 36 joint and submit daily records to the City. 37 9) If the installation does not meet the specified tolerances(as outlined in 38 Sections 33 05 23 and/or 33 05 24), immediately notify the City and 39 correct the installation in accordance with the Contract Documents. 40 C. As-Built Survey 41 1. Required As-Built Survey will be performed by the Contractor. 42 2. Coordination 43 a. Contractor is to coordinate with City to confirm which features require as- 44 built surveying. 45 b. It is the Contractor's responsibility to coordinate the as-built survey and 46 required measurements for items that are to be buried such that construction 47 activities are not delayed or negatively impacted. 48 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 49 to physically measure depth and mark the location during the progress of 50 construction and take as-built survey after the facility has been buried. The 51 Contractor is responsible for the quality control needed to ensure accuracy. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 14,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 7 1 3. General 2 a. The Contractor shall provide as-built survey including the elevation and 3 location(and provide written documentation to the City)of construction 4 features during the progress of the construction including the following: 5 1) Water Lines 6 a)Top of pipe elevations and coordinates for waterlines at the following 7 locations: 8 (1) Minimum every 250 linear feet, including 9 (2) Horizontal and vertical points of inflection, curvature, etc. 10 (3) Fire line tee 11 (4) Plugs,stub-outs,dead-end lines 12 (5) Casing pipe(each end) and all buried fittings 13 2) Sanitary Sewer 14 a) Top of pipe elevations and coordinates for force mains and siphon 15 sanitary sewer lines (non-gravity facilities)at the following locations: 16 (1) Minimum every 250 linear feet and any buried fittings 17 (2) Horizontal and vertical points of inflection, curvature, etc. 18 3) Stormwater—Not Applicable 19 b. The Contractor shall provide as-built survey including the elevation and 20 location(and provide written documentation to the City)of construction 21 features after the construction is completed including the following: 22 1) Manholes 23 a) Rim and flowline elevations and coordinates for each manhole 24 2) Water Lines 25 a) Cathodic protection test stations 26 b) Sampling stations 27 c) Meter boxes/vaults(All sizes) 28 d) Fire hydrants 29 e) Valves(gate,butterfly, etc.) 30 f) Air Release valves (Manhole rim and vent pipe) 31 g) Blow off valves (Manhole rim and valve lid) 32 h) Pressure plane valves 33 i) Underground Vaults 34 (1) Rim and flowline elevations and coordinates for each Underground 35 Vault. 36 3) Sanitary Sewer 37 a) Cleanouts 38 (1) Rim and flowline elevations and coordinates for each 39 b) Manholes and Junction Structures 40 (1) Rim and flowline elevations and coordinates for each manhole and 41 junction structure. 42 4) Stormwater—Not Applicable 43 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 44 1.11 FIELD [SITE] CONDITIONS [NOT USED] 45 1.12 WARRANTY 46 PART 2 - PRODUCTS 47 A. A construction survey will produce,but will not be limited to: 48 1. Recovery of relevant control points,points of curvature and points of intersection. 49 2. Establish temporary horizontal and vertical control elevations(benchmarks) 50 sufficiently permanent and located in a manner to be used throughout construction. 51 3. The location of planned facilities, easements and improvements. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February I4,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 7 1 a. Establishing final line and grade stakes for piers, floors, grade beams,parking 2 areas,utilities, streets,highways,tunnels, and other construction. 3 b. A record of revisions or corrections noted in an orderly manner for reference. 4 c. A drawing,when required by the client, indicating the horizontal and vertical 5 location of facilities, easements and improvements,as built. 6 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 7 construction staking projects. These cut sheets shall be on the standard city template 8 which can be obtained from the Survey Superintendent(817-392-7925). 9 5. Digital survey files in the following formats shall be acceptable: 10 a. AutoCAD(.dwg) 11 b. ESRI Shapefile (.shp) 12 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 13 standard templates, if available) 14 6. Survey files shall include vertical and horizontal data tied to original project 15 control and benchmarks, and shall include feature descriptions 16 PART 3 - EXECUTION 17 3.1 INSTALLERS 18 A. Tolerances: 19 1. The staked location of any improvement or facility should be as accurate as 20 practical and necessary. The degree of precision required is dependent on many 21 factors all of which must remain judgmental. The tolerances listed hereafter are 22 based on generalities and,under certain circumstances, shall yield to specific 23 requirements. The surveyor shall assess any situation by review of the overall plans 24 and through consultation with responsible parties as to the need for specific 25 tolerances. 26 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft.vertical 27 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 28 1.0 ft. tolerance. 29 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 30 c. Paving or concrete for streets, curbs, gutters,parking areas,drives, alleys and 31 walkways shall be located within the confines of the site boundaries and, 32 occasionally,along a boundary or any other restrictive line. Away from any 33 restrictive line, these facilities should be staked with an accuracy producing no 34 more than 0.05 ft. tolerance from their specified locations. 35 d. Underground and overhead utilities, such as sewers, gas, water,telephone and 36 electric lines, shall be located horizontally within their prescribed areas or 37 easements. Within assigned areas,these utilities should be staked with an 38 accuracy producing no more than 0.1 ft. tolerance from a specified location. 39 e. The accuracy required for the vertical location of utilities varies widely. Many 40 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 41 should be maintained. Underground and overhead utilities on planned profile, 42 but not depending on gravity flow for performance, should not exceed 0.1 ft. 43 tolerance. 44 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 45 specifications or in compliance to standards. The City reserves the right to request a 46 calibration report at any time and recommends regular maintenance schedule be 47 performed by a certified technician every 6 months. 48 1. Field measurements of angles and distances shall be done in such fashion as to 49 satisfy the closures and tolerances expressed in Part 3.1.A. 50 2. Vertical locations shall be established from a pre-established benchmark and 51 checked by closing to a different bench mark on the same datum. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 7 1 3. Construction survey field work shall correspond to the client's plans. Irregularities 2 or conflicts found shall be reported promptly to the City. 3 4. Revisions, corrections and other pertinent data shall be logged for future reference. 4 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 APPLICATION 8 3.5 REPAIR/RESTORATION 9 A. If the Contractor's work damages or destroys one or more of the control 10 monuments/points set by the City,the monuments shall be adequately referenced for 11 expedient restoration. 12 1. Notify City if any control data needs to be restored or replaced due to damage 13 caused during construction operations. 14 a. Contractor shall perform replacements and/or restorations. 15 b. The City may require at any time a survey"Field Check"of any monument 16 or benchmarks that are set be verified by the City surveyors before further 17 associated work can move forward. 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL 20 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 21 City in accordance with this Specification. This includes easements and right of way, if 22 noted on the plans. 23 B. Do not change or relocate stakes or control data without approval from the City. 24 3.8 SYSTEM STARTUP 25 A. Survey Checks 26 1. The City reserves the right to perform a Survey Check at any time deemed 27 necessary. 28 2. Checks by City personnel or 3rd party contracted surveyor are not intended to 29 relieve the contractor of his/her responsibility for accuracy. 30 31 3.9 ADJUSTING [NOT USED] 32 3.10 CLEANING [NOT USED] 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 34 3.12 PROTECTION [NOT USED] 35 3.13 MAINTENANCE [NOT USED] 36 3.14 ATTACHMENTS [NOT USED] 37 38 END OF SECTION 39 40 41 42 Revision Log DATE NAME SUMMARY OF CHANGE 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. 2/14/2018 M Owen Removed"blue text";revised measurement and payment sections for Construction CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 7 Staking and As-Built Survey;added reference to selection compliance with TGC 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format 1 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 14,2018 FORTWORTH, Section 017123.01 - Attachment A Survey Staking Standards February 2017 XAPLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01—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.goy/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 II. 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 X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\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 0AXGI : SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING CORNERS SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"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 X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\0171 23.16.01—Attachment A_5urvey Staking Standards.docx Page 3 of 22 Tacks(for marking hubs) I 3/4" long 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 X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\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 False_Easting: 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 .txt 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 proiect that has surface coordinates which must be translated: File 1:C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01_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 X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 Y g LLj CO z z J H - > O -1 a U 1016 EL.= 100.00' W c� z LL Z L~LJ Li o � � � Q � o � z w z Ln J 0 Lv En = W Ll (J1 .� U Z LL. H m W n Z 0 < X O © o 0 0 CP ##1 N=5000.00 E=5000.00 ---- V. Water Staking Standards X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01—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 II. 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 I. 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 III. 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 III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 8 of 22 a u� a N a zW Q 7 _ Q 7' ©/S W/L 3.62 [ Lt_ ry W LU C3) L', C7 EWA U 7' 0/S W/L w STA-tt72.87 C—Iai o fJ) Y U n toil EL- 10155 ^Q $ LLJ o t'� 0 z LLJ� Li IL I w U I. zil La F j J YYjt- { l LL. 07 �J � x LLI yS �ar�l (AY u, 3 Z CC m " P; a. p W H m1J m 2 VI. Sanitary Sewer Staking X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 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 X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01—Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes 00 IN C) ` .] f s L STA-3+7f� �to C-4 .,. c-'s j C'* rill LLI o z ZAVV 12' OfS SBS BTA 3+71� tn C 3� �!r C— �0�.. LL tF— JJII 11 o Zz � C u_ 7'.0/s ss 16 1+ tee OU ss STAw*+ LA- LLJ w.z l zj� ailw 01 X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01-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 II. 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 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 X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING (SIDE FACING ) Oo !J R 3. O i I'`e LIEU Q I'` F'A'Q I 'cn m �} I o � 3 1 I BACKBACK z (90E FhpNC R.O.W. {50E FAflNO R.QW_} IDENTIFIES WHICH r r`' IDENWESWICH PONT#j END OF THE WIND POINTEND OF THE WNG BEING STAKED � BEING STAKED 5 i HLe ELEVAYICNm ? II INLET STATION HUG ELEVAnON�e g + (IF NOTED ON PLANS) =I I 3 t T� IDENTIFIES GRACE TC'TOP OF CLIR13 T 7 ii 0 ii O rs ry IDENTIFIES- GRADE —��� ITL ` TO FLOMJNE P2!I i DISTANCES FOR INLETS STANDARD 10' - 16' RECESSED 1O' - 20' STANDARD DOUBLE 10' — 26.67 _ RECESSED DOUBLE 10'— 30.67 ——— HUB \"ATH TACK. ------------------------ I ( BAt7{ DF INLET y�) I 01 - MANHOLE c I b I RIM rI I jai .f BACK OF CLIRB BACK OF CURB '•WINO --------- FLOWLINE FACE OF INLET FACE OF INLET FLDWUNE EDGE OF PAVEMENT— EDGE OF PA''/EMENT EDCE OF PAVEMENT EDGE OF PAVEMENT XAPLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 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 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 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 X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes ���lNT � �����» � (SIDE FACING �] (GDE FA INa POINT OF FRONT TPOENT TA FRONT (SIDE FACING IDENTInEs START P—'9 F0147 CF CURVATURE (SIDE FACING -10. BACK lommmcs OFFSET is TO (SIDE FACING FLO.W.) IIAIX CIF CURD OR F/C FW FSCE OF CUM CT/C PCINT IDENTIFIES GRADE IS TO MF'OF WE W11 GRADE ON RADIUS FOINTS NO FLAGGING RECIIIHED IN LIEU OF PINK PAINTED LATH TOP OF CURB BACK OF CURB FLOKINE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection ^ ' , ' ` XAPU\NN|NG& RESOURCE MANAGE yNENT\CAPDALPROJECTS|mPRASJRUcTURE\PROJ -Deer Creek Park\Speo\DivO1\O1712].16.O1_AttachmentA_5uneyStaking Dtandavds.docx Page 1Sof33 G 00 /� z Eta l..L .. j (�J 2 IQ' o "Os S -2t94 f+Da ll L.i o v a Uj a ;0k IJP ? a I LU r� a ba b L 3-DRYISO -Oft OS z� aarca,jo Hava aWrO z ' � a �u X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 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. Crew 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 ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 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 X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 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. X:\PLANNING&RESOURCE MANAGE M ENT\CAP ITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 19 of 22 i. - -;�-.- - I � iii 1 to d hp � Oil X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 STAOrJ�-Arm MUX*70 An S7AWJTL>0-WK dIL>•'D IM SrA&Ww-aIL 01WO no AEYWL M SAtYASiE EW IN w f worn WE VAM i rrz M awar ro .dwwm AjrX WnX MS7AU2 PWSOW UMV SrAftw-/Erw }ICd' �g /4., Mo .` t HfJ10 SM dM� y t PIC d..•^ sa E, E-MRS.77A9f ETft3?0 )-WY 8NRWR4 TFE FM tYNYE"� h P3� OLF FAVly W I" ua7 4 I4 01lr9ATE YAAWE sorowo ` ' E Or I { +y' C!'-a s+Oc ae�.we rtmsa.n 4.0 W or fir t A 0 E�xzEAao ABOVE ME ti4 @9FPER \}prcLT sr+ O\ 4' TBfI'E Etlf:73it!0Ir WATER tit L•.S7T1 CX.&N--- � + d'' Q at Ii so+ sw TNY N pct �,.t am su 4r PPOVSED SANITARY I-AMOr A SALVAW •. '"" SEE SNE STAY-3w-W hlr4PYEAT.M0 wwwessumrnr X42MV710k m+em"r E-22006"2 vv^v STAO<VX-OWL Qq"cm SrAOV-V-l' STADOM kW AWAUx IIISIAUj A'S" I-I r 17 E. 67 LF OF SLEEYE #106055" *00059sw 67 LF @MATER P9f1E E Et2#S7A877TJ 7r/ST.,�'M'ATEA Mf�N7�RZ75 E36 P X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 21 of 22 f yy log V WR Y R F13 IF _ I} 011 to to ' t 14 t �—-� ilk Of #� MOW" � ' - # a leer Creek Park\Specs\Div 01\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 rte=Mm MR CER EF S Wo ===_ =__�=_- =M �_=_____=___=-_=__ 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. POINI'NO. NORTHING LASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH Rim 2 6946260.893 2296062.142 725.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM 4 6946220.582 2296011.025 723,358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM l jIJ 6 6946190.528 2296022.721 722.325 fH !� 1'78-S 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 711331 WM RIM 9 6945003.056 2295933A18 713.652 CO RIM Z&JF- Lt 2-0Z 10 6945984.6777 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 2295862.188 706,205 WM RIM VEPINC.4 L 24 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO RIM Coo"1 NA,�-,Cs, 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817,488 22958x7.011 708.397:SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768:563 2295778.424 710.086 GV RIM 20 6945743.318 22957$8.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM , 22 6945682.21 2295744.22 716.686WMRIM 23 6945521.902 2295669.472 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM C Jt1 WT15"1 a� 26 6945539,498 2295667,803 729123 WM RIM 27 6945519.834 2295619AS 732.689 WM RIM C6 4.. NTS 28 6945417.879 2295580.27 740321 WM RIM 29 6945456557 2295643.145 736.451 CO RIM 30 6945397.356 2295597.101 740.756 GV RIM , C APS 31 6945370.688 22956 .793 740.976 GV RIM 54,F*t 32 6945383.53 2295610.559 74OA09 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295599.728 746.777 CO RIM 35 1945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529.305 751.058 WM RIM �CA-�^"' 38 6945142.015 229SS57.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 7517'9 WM RIM 42 6945038.878 2295552.147 75188 Wm RIM INIJ I r> . 43 6945006.397 2295528.135 752.615 WM RIM A*-V* 44 6944944.782 2295570.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM 46 6944SWA16 2295534.397 752.986 SSMH RIM X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01_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. X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 25 of 25 s � 3 x � � rfl qq 3 id F 4,31 t X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\BL-Deer Creek Park\Specs\Div 01\017123.16.01—Attachment A_Survey Staking Standards.docx Page 26 of 26 017423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORAL4,TIONAL 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 01 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. 33 6. Handle materials in a controlled manner with as few handlings as possible. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 7423-3 CLEANING Page 3 of 4 1 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 2 this project. 3 8. Remove all signs of temporary construction and activities incidental to construction 4 of required permanent Work. 5 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 6 have the cleaning completed at the expense of the Contractor. 7 10. Do not bum on-site. 8 B. Intermediate Cleaning during Construction 9 1. Keep Work areas clean so as not to hinder health, safety or convenience of 10 personnel in existing facility operations. 11 2. At maximum weekly intervals, dispose of waste materials,debris and rubbish. 12 3. Confine construction debris daily in strategically located container(s): 13 a. Cover to prevent blowing by wind 14 b. Store debris away from construction or operational activities 15 c. Haul from site at a minimum of once per week 16 4. Vacuum clean interior areas when ready to receive finish painting. 17 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 18 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 19 may become airborne or transported by flowing water during the storm. 20 C. Interior Final Cleaning 21 1. Remove grease,mastic, adhesives,dust,dirt, stains, fingerprints, labels and other 22 foreign materials from sight-exposed surfaces. 23 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 24 3. Wash and shine glazing and mirrors. 25 4. Polish glossy surfaces to a clear shine. 26 5. Ventilating systems 27 a. Clean permanent filters and replace disposable filters if units were operated 28 during construction. 29 b. Clean ducts,blowers and coils if units were operated without filters during 30 construction. 31 6. Replace all burned out lamps. 32 7. Broom clean process area floors. 33 8. Mop office and control room floors. 34 D. Exterior(Site or Right of Way)Final Cleaning 35 1. Remove trash and debris containers from site. 36 a. Re-seed areas disturbed by location of trash and debris containers in accordance 37 with Section 32 92 13. 38 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 39 that may hinder or disrupt the flow of traffic along the roadway. 40 3. Clean any interior areas including,but not limited to, vaults,manholes, structures, 41 junction boxes and inlets. 42 4. If no longer required for maintenance of erosion facilities, and upon approval by 43 City,remove erosion control from site. 44 5. Clean signs, lights, signals, etc. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE [NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 0177 19-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 01 77 19-2 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page I 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 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/z inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 01 78 39-1 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 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 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 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. 48 c. Call attention to each entry by drawing a"cloud" around the area or areas 49 affected. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised July I,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 d. Make changes neatly, consistently and with the proper media to assure 2 longevity and clear reproduction. 3 2. Transfer of data to other Documents 4 a. If the Documents, other than Drawings, have been kept clean during progress of 5 the Work, and if entries thereon have been orderly to the approval of the City, 6 the job set of those Documents, other than Drawings, will be accepted as final 7 Record Documents. 8 b. If any such Document is not so approved by the City, secure a new copy of that 9 Document from the City at the City's usual charge for reproduction and 10 handling, and carefully transfer the change data to the new copy to the approval 11 of the City. 12 3.5 REPAIR/RESTORATION [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 [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised July 1,2011 Division 02 Existing Conditions 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. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 024113-3 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 024113-4 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 I. 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. 42 K. Sawcut CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 1. Sawing Equipment 2 a. Power-driven 3 b. Manufactured for the purpose of sawing pavement 4 c. In good operating condition 5 d. Shall not spall or fracture the pavement to the removal area 6 2. Sawcut perpendicular to the surface completely through existing pavement. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 SITE QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 19 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 0241 15-1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised February 2,2016 024115-2 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 SUBMITTALS/INFORMATIONAL 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] 46 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised February 2,2016 024115-3 PAVING REMOVAL Page 3 of 6 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 EQUIPMENT [NOT USED] 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 EXAMINATION [NOT USED] 9 3.2 INSTALLERS [NOT USED] 10 3.3 PREPARATION 11 A. General: 12 1. Mark paving removal limits for City approval prior to beginning removal. 13 2. Identify known utilities below grade- Stake and flag locations. 14 3.4 PAVEMENT REMOVAL 15 A. General. 16 1. Exercise caution to minimize damage to underground utilities. 17 2. Minimize amount of earth removed. 18 3. Remove paving to neatly sawed joints. 19 4. Use care to prevent fracturing adjacent,existing pavement. 20 B. Sawing 21 1. Sawing Equipment. 22 a. Power-driven. 23 b. Manufactured for the purpose of sawing pavement. 24 c. In good operating condition. 25 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 26 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 27 perpendicular to existing joint. 28 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 29 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 30 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 31 joint,edge or lip. 32 5. If a pavement edge of a cut is damaged subsequent to saw cutting,saw to a new, 33 neat,straight line for the purpose of removing the damaged area. 34 C. Remove Concrete Paving and Concrete Valley Gutter 35 1. Sawcut: See 3.4.13. 36 2. Remove concrete to the nearest expansion joint or vertical saw cut. 37 D. Remove Concrete Curb and Gutter 38 1. Sawcut: See 3.4.13. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 2,2016 0241 15-4 PAVING REMOVAL Page 4 of 6 1 2. Minimum limits of removal: 30 inches in length. 2 E. Remove Asphalt Paving 3 1. Sawcut: See 3.4.13. 4 2. Remove pavement without disturbing the base material. 5 3. When shown on the plans or as directed, stockpile materials designated as 6 salvageable at designated sites. 7 4. Prepare stockpile area by removing vegetation and trash and by providing for 8 proper drainage. 9 F. Milling 10 1. General 11 a. Mill surfaces to the depth shown in the plans or as directed. 12 b. Do not damage or disfigure adjacent work or existing surface improvements. 13 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 14 surface to make rough. 15 d. Provide safe temporary transition where vehicles or pedestrians must pass over 16 the milled edges. 17 e. Remove excess material and clean milled surfaces. 18 £ Stockpiling of planed material will not be permitted within the right of way 19 unless approved by the City. 20 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 21 existing brick base. See 3.3.G. for brick paving removal. 22 2. Milling Equipment 23 a. Power operated milling machine capable of removing, in one pass or two 24 passes,the necessary pavement thickness in a five-foot minimum width. 25 b. Self-propelled with sufficient power,traction and stability to maintain accurate 26 depth of cut and slope. 27 c. Equipped with an integral loading and reclaiming means to immediately 28 remove material cut from the surface of the roadway and discharge the cuttings 29 into a truck, all in one operation. 30 d. Equipped with means to control dust created by the cutting action. 31 e. Equipped with a manual system providing for uniformly varying the depth of 32 cut while the machine is in motion making it possible to cut flush to all inlets, 33 manholes, or other obstructions within the paved area. 34 f. Variable Speed in order to leave the specified grid pattern. 35 g. Equipped to minimize air pollution. 36 3. Wedge Milling and Surface Milling 37 a. Wedge Mill existing asphalt, concrete or brick pavement from the lip of gutter 38 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 39 cut)at a minimum width of 5 feet. 40 b. Surface Mill existing asphalt pavement to the depth specified, 41 c. Provide a milled surface that provides a uniform surface free from gouges, 42 ridges, oil film, and other imperfections of workmanship with a uniform 43 textured appearance. 44 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 45 wedge milling includes the removal of the existing asphalt covering the gutter 46 up to and along the face of curb. 47 e. Perform wedge or surface milling operation in a continuous manner along both 48 sides of the street or as directed. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 2,2016 0241 15-5 PAVING REMOVAL Page 5 of 6 1 4. Butt Joint Milling 2 a. Mill butt joints into the existing surface, in association with the wedge milling 3 operation. 4 b. Butt joint will provide a full width transition section and a constant depth at the 5 point where the new overlay is terminated. 6 c. Typical locations for butt joints are at all beginning and ending points of streets 7 where paving material is removed. Prior to the milling of the butt joints, 8 consult with the City for proper location and limits of these joints. 9 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 10 valley gutters,bridge decks and culverts and all other items which transverse 11 the street and end the continuity of the asphalt surface. 12 e. Make each butt joint 20 feet long and milled out across the full width of the 13 street section to a tapered depth of 2 inch. 14 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 15 line adjacent to the beginning and ending points or intermediate transverse 16 items. 17 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 18 over the bump. 19 G. Remove Brick Paving 20 1. Remove masonry paving units to the limits specified in the plans or as directed by 21 the City. 22 2. Salvage existing bricks for re-use, clean,palletize, and deliver to the City Stock pile 23 yard at 3300 Yuma Street or as directed. 24 H. Pavement Pulverization 25 1. Pulverization 26 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 27 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 28 base 2 inches. 29 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 30 2. Cement Application 31 a. Use 3.5%Portland cement. 32 b. See Section 32 1133. 33 3. Mixing: see Section 32 1133. 34 4. Compaction: see Section 32 1133. 35 5. Finishing: see Section 32 1133. 36 6. Curing: see Section 32 1133. 37 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 38 stone/gravel: 39 a. Undercut not required 40 b. Pulverize 10 inches deep. 41 c. Remove 2-inch the total pulverized amount. 42 I. Remove speed cushion 43 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 44 pavement. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 2,2016 024115-6 PAVING REMOVAL Page 6 of 6 1 3.5 REPAIR [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 13 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised February 2,2016 Division 0 Concrete 033000-1 CAST-IN-PLACE CONCRETE Page 1 of 24 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete, including formwork,reinforcement, concrete materials, 7 mixture design,placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls(non TxDOT) 13 f. Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag 39 5) Silica fume 40 b. Subject to compliance with the requirements of this specification CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 24 1 B. Reference Standards 2 1. Reference standards cited in this Specification refer to the current reference 3 standard published at the time of the latest revision date logged at the end of this 4 Specification,unless a date is specifically cited. 5 2. American Association of State Highway and Transportation(AASHTO): 6 a. M182, Burlap Cloth Made from Jute or Kenaf. 7 3. American Concrete Institute(ACI): 8 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 9 b. ACI 301 Specifications for Structural Concrete 10 c. ACI 305.1 Specification for Hot Weather Concreting 11 d. ACI 306.1 Standard Specification for Cold Weather Concreting 12 e. ACI 308.1 Standard Specification for Curing Concrete 13 f. ACI 318 Building Code Requirements for Structural Concrete 14 g. ACI 347 Guide to Formwork for Concrete 15 4. American Institute of Steel Construction(AISC): 16 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 17 5. ASTM International(ASTM): 18 a. A36, Standard Specification for Carbon Structural Steel. 19 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 20 Hardware. 21 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 22 Materials for High-Temperature Service and Other Special Purpose 23 Applications. 24 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 25 Concrete Reinforcement. 26 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 27 Concrete Reinforcement. 28 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 29 Field. 30 g. C33, Standard Specification for Concrete Aggregates. 31 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 32 Specimens. 33 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 34 Beams of Concrete. 35 j. C94, Standard Specification for Ready-Mixed Concrete. 36 k. C 109, Standard Test Method for Compressive Strength of Hydraulic Cement 37 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 38 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 39 in. C 171, Standard Specification for Sheet Materials for Curing Concrete. 40 n. C 150, Standard Specification for Portland Cement. 41 o. C 172, Standard Practice for Sampling Freshly Mixed Concrete. 42 p. C219, Standard Terminology Relating to Hydraulic Cement. 43 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 44 Pressure Method. 45 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 46 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 47 Curing Concrete. 48 t. C494, Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 24 1 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 4 Concrete. 5 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 6 Use in Concrete and Mortars. 7 x. C 1017, Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 10 Concrete. 1 I z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C 1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 14 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 15 Levelness Numbers. 16 cc. F436, Standard Specification for Hardened Steel Washers. 17 6. American Welding Society(AWS). 18 a. D1.1, Structural Welding Code- Steel. 19 b. DIA, Structural Welding Code-Reinforcing Steel. 20 7. Concrete Reinforcing Steel Institute(CRSI) 21 a. Manual of Standard Practice 22 8. Texas Department of Transportation 23 a. Standard Specification for Construction and Maintenance of Highways, Streets 24 and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Work Included 27 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete 28 including shoring,reshoring,falsework,bracing,proprietary forming systems, 29 prefabricated forms, void forms,permanent metal forms, bulkheads, keys, 30 blockouts, sleeves,pockets and accessories. 31 a. Erection shall include installation in formwork of items furnished by other 32 trades. 33 2. Furnish all labor and materials required to fabricate,deliver and install 34 reinforcement and embedded metal assemblies for cast-in-place concrete, including 35 steel bars,welded steel wire fabric,ties, supports and sleeves. 36 3. Furnish all labor and materials required to perform the following: 37 a. Cast-in-place concrete 38 b. Concrete mix designs 39 c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 43 specials. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 24 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials,Project condi- 9 tions,weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY, STORAGE,AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. 38 B. Waterstops CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 24 1 1. Store waterstops under cover to protect from moisture, sunlight,dirt, oil and other 2 contaminants. 3 1.11 FIELD CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. In other Part 2 articles where titles below introduce lists,the following requirements 10 apply to product selection: 11 a. Available Products: Subject to compliance with requirements,products that 12 may be incorporated into the Work include,but are not limited to,products 13 specified. 14 b. Available Manufacturers: Subject to compliance with requirements, 15 manufacturers offering products that may be incorporated into the Work 16 include,but are not limited to, manufacturers specified. 17 B. Form-Facing Materials 18 1. Rough-Formed Finished Concrete 19 a. Plywood, lumber,metal or another approved material 20 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 21 2. Chamfer Strips 22 a. Wood,metal,PVC or rubber strips 23 b. 3/4-inch x 3/4-inch,minimum 24 3. Rustication Strips 25 a. Wood, metal, PVC or rubber strips 26 b. Kerfed for ease of form removal 27 4. Form-Release Agent 28 a. Commercially formulated form-release agent that will not bond with, stain or 29 adversely affect concrete surfaces 30 b. Shall not impair subsequent treatments of concrete surfaces 31 c. For steel form-facing materials, formulate with rust inhibitor. 32 5. Form Ties 33 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 34 plastic form ties designed to resist lateral pressure of fresh concrete on forms 35 and to prevent spalling of concrete on removal. 36 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 37 of exposed concrete surface. 38 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 39 diameter in concrete surface. 40 d. Furnish ties with integral water-barrier plates to walls indicated to receive 41 dampproofing or waterproofing. 42 C. Steel Reinforcement CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 24 1 1. Reinforcing Bars 2 a. ASTM A615,Grade 60,deformed 3 D. Reinforcement Accessories 4 1. Smooth Dowel Bars 5 a. ASTM A615, Grade 60, steel bars (smooth) 6 b. Cut bars true to length with ends square and free of burrs. 7 2. Bar Supports 8 a. Bolsters,chairs, spacers and other devices for spacing, supporting and fastening 9 reinforcing bars and welded wire reinforcement in place 10 b. Manufacture bar supports from steel wire,plastic or precast concrete according 11 to CRSI's "Manual of Standard Practice," of greater compressive strength than 12 concrete and as follows: 13 1) For concrete surfaces exposed to view where legs of wire bar supports 14 contact forms,use CRSI Class 1 plastic-protected steel wire or CRSI 15 Class 2 stainless-steel bar supports. 16 2) For slabs-on-grade,provide sand plates, horizontal runners or precast 17 concrete blocks on bottom where base material will not support chair legs 18 or where vapor barrier has been specified. 19 E. Embedded Metal Assemblies 20 1. Steel Shapes and Plates: ASTM A36 21 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 22 Stud Welding Division or approved equal 23 F. Expansion Anchors 24 1. Available Products 25 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 26 b. Kwik Bolt II,Hilti Fastening Systems,Tulsa,Oklahoma 27 c. Trubolt, Ramset Fastening Systems,Paris,Kentucky 28 G. Adhesive Anchors and Dowels 29 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 30 into hardened concrete or grout-filled masonry. 31 a. The adhesive system shall use a 2-component adhesive mix and shall be 32 injected with a static mixing nozzle following manufacturer's instructions. 33 b. The embedment depth of the rod shall provide a minimum allowable bond 34 strength that is equal to the allowable yield capacity of the rod,unless otherwise 35 specified. 36 2. Available Products 37 a. Hilti HIT HY 150 Max 38 b. Simpson Acrylic-Tie 39 c. Powers Fasteners AC 100+Gold 40 3. Threaded Rods: ASTM A193 41 a. Nuts: ASTM A563 hex carbon steel 42 b. Washers: ASTM F436 hardened carbon steel 43 c. Finish: Hot-dip zinc coating,ASTM A153, Class C 44 H. Inserts CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 24 1 1. Provide metal inserts required for anchorage of materials or equipment to concrete 2 construction where not supplied by other trades: 3 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 4 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 5 washers. 6 1) Provide 3/4-inch bolt size,unless otherwise indicated. 7 b. In horizontal concrete surfaces and whenever inserts are subject to tension 8 forces,provide threaded inserts of malleable cast iron furnished with full depth 9 bolts. 10 1) Provide 3/4-inch bolt size,unless otherwise indicated. 11 1. Concrete Materials 12 1. Cementitious Material 13 a. Use the following cementitious materials, of the same type,brand, and source, 14 throughout Project: 15 1) Portland Cement 16 a) ASTM C15O,Type I/II, gray 17 b) Supplement with the following: 18 (1) Fly Ash 19 (a) ASTM C618, Class C or F 20 (2) Ground Granulated Blast-Furnace Slag 21 (a) ASTM C989, Grade 100 or 120. 22 2) Silica Fume 23 a) ASTM C 1240, amorphous silica 24 3) Normal-Weight Aggregates 25 a) ASTM C33,Class 3S coarse aggregate or better,graded 26 b) Provide aggregates from a single source. 27 4) Maximum Coarse-Aggregate Size 28 a) 3/4-inch nominal 29 5) Fine Aggregate 30 a) Free of materials with deleterious reactivity to alkali in cement 31 6) Water 32 a) ASTM C94 and potable 33 J. Admixtures 34 1. Air-Entraining Admixture 35 a. ASTM C26O 36 2. Chemical Admixtures 37 a. Provide admixtures certified by manufacturer to be compatible with other ad- 38 mixtures and that will not contribute water-soluble chloride ions exceeding 39 those permitted in hardened concrete. 40 b. Do not use calcium chloride or admixtures containing calcium chloride. 41 c. Water-Reducing Admixture 42 1) ASTM C494,Type A 43 d. Retarding Admixture 44 1) ASTM C494,Type B 45 e. Water-Reducing and Retarding Admixture 46 1) ASTM C494,Type D 47 f. High-Range,Water-Reducing Admixture 48 1) ASTM C494,Type F CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 24 1 g. High-Range,Water-Reducing and Retarding Admixture 2 1) ASTM C494,Type G 3 h. Plasticizing and Retarding Admixture 4 1) ASTM C1017, Type II 5 K. Waterstops 6 1. Self-Expanding Butyl Strip Waterstops 7 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 8 bentonite or other hydrophilic polymers, for adhesive bonding to concrete,3/4- 9 inch x 1-inch. 10 b. Available Products 11 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 12 2) Concrete Sealants Inc.; Conseal CS-231 13 3) Greenstreak; Swellstop 14 4) Henry Company, Sealants Division; Hydro-Flex 15 5) JP Specialties, Inc.;Earthshield Type 20 16 6) Progress Unlimited,Inc.; Superstop 17 7) TCMiraDRI; Mirastop 18 L. Curing Materials 19 1. Absorptive Cover 20 a. AASHTO M182, Class 2,burlap cloth made from jute or kenaf, weighing 21 approximately 9 ounces/square yard when dry 22 2. Moisture-Retaining Cover 23 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 24 3. Water 25 a. Potable 26 4. Clear,Waterborne,Membrane-Forming Curing Compound 27 a. ASTM C309, Type 1,Class B, dissipating 28 b. Available Products 29 1) Anti-Hydro International,Inc.;AH Curing Compound#2 DR WB 30 2) Burke by Edoco; Aqua Resin Cure 31 3) ChemMasters; Safe-Cure Clear 32 4) Conspec Marketing&Manufacturing Co., Inc., a Dayton Superior 33 Company; W.B. Resin Cure 34 5) Dayton Superior Corporation; Day Chem Rez Cure(J-11-W) 35 6) Euclid Chemical Company(The); Kurez DR VOX 36 7) Kaufman Products,Inc.; Thinfilm 420 37 8) Lambert Corporation; Aqua Kure-Clear 38 9) L&M Construction Chemicals, Inc.; L&M Cure R 39 10) Meadows,W. R., Inc.; 1100 Clear 40 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 41 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 42 13) Tamms Industries,Inc.; Homcure WB 30 43 14) Unitex; Hydro Cure 309 44 15) US Mix Products Company; US Spec Maxcure Resin Clear 45 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 46 M. Related Materials CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 24 1 1. Bonding Agent 2 a. ASTM C 1059,Type II,non-redispersible, acrylic emulsion or styrene 3 butadiene 4 2. Epoxy Bonding Adhesive 5 a. ASTM C881,2-component epoxy resin, capable of humid curing and bonding 6 to damp surfaces,of class suitable for application temperature and of grade to 7 suit requirements, and as follows: 8 1) Types I and II, non-load bearing 9 2) IV and V, load bearing, for bonding 10 3) Hardened or freshly mixed concrete to hardened concrete 11 3. Reglets 12 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 13 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 14 or debris. 15 4. Sleeves and Blockouts 16 a. Formed with galvanized metal, galvanized pipe,polyvinyl chloride pipe, fiber 17 tubes or wood 18 5. Nails, Spikes,Lag Bolts, Through Bolts,Anchorages 19 a. Sized as required 20 b. Shall be of strength and character to maintain formwork in place while placing 21 concrete 22 N. Repair Materials 23 1. Repair Underlayment 24 a. Cement-based,polymer-modified, self-leveling product that can be applied in 25 thicknesses of 1/8 inch or greater 26 1) Do not feather. 27 b. Cement Binder 28 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 29 defined in ASTM C219 30 c. Primer 31 1) Product of underlayment manufacturer recommended for substrate,condi- 32 tions, and application 33 d. Aggregate 34 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 35 recommended by underlayment manufacturer 36 e. Compressive Strength 37 1) Not less than 4100 psi at 28 days when tested according to 38 ASTM C 109/C 109M 39 2. Repair Overlayment 40 a. Cement-based,polymer-modified, self-leveling product that can be applied in 41 thicknesses of 1/8 inch or greater 42 1) Do not feather. 43 b. Cement Binder 44 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 45 defined in ASTM C219 46 c. Primer CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 24 1 1) Product of topping manufacturer recommended for substrate, conditions, 2 and application 3 d. Aggregate 4 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 5 ed by topping manufacturer 6 e. Compressive Strength 7 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 8 O. Concrete Mixtures, General 9 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 10 basis of laboratory trial mixture or field test data,or both, according to ACI 301. 11 a. Required average strength above specified strength 12 1) Based on a record of past performance 13 a) Determination of required average strength above specified strength 14 shall be based on the standard deviation record of the results of at least 15 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 16 by the larger amount defined by formulas 5-1 and 5-2. 17 2) Based on laboratory trial mixtures 18 a) Proportions shall be selected on the basis of laboratory trial batches 19 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 20 average strength greater than the specified strength f by the amount 21 defined in table 5.3.2.2. 22 3) Proportions of ingredients for concrete mixes shall be determined by an in- 23 dependent testing laboratory or qualified concrete supplier. 24 4) For each proposed mixture, at least 3 compressive test cylinders shall be 25 made and tested for strength at the specified age. 26 a) Additional cylinders may be made for testing for information at earlier 27 ages. 28 2. Cementitious Materials 29 a. Limit percentage,by weight, of cementitious materials other than portland ce- 30 ment in concrete as follows,unless specified otherwise: 31 1) Fly Ash: 25 percent 32 2) Combined Fly Ash and Pozzolan: 25 percent 33 3) Ground Granulated Blast-Furnace Slag: 50 percent 34 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 35 Slag: 50 percent 36 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 per- 37 cent 38 6) Silica Fume: 10 percent 39 7) Combined Fly Ash,Pozzolans, and Silica Fume: 35 percent with fly ash or 40 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 41 cent 42 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast-Furnace Slag, 43 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 44 percent and silica fume not exceeding 10 percent 45 3. Limit water-soluble, chloride-ion content in hardened concrete to: 46 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 47 (typical) 48 b. 0.15 percent by weight if concrete will be exposed to chlorides CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-11 CAST-IN-PLACE CONCRETE Page I 1 of 24 1 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 2 continually dry and protected. 3 4. Admixtures 4 a. Use admixtures according to manufacturer's written instructions. 5 b. Do not use admixtures which have not been incorporated and tested in accepted 6 mixes. 7 c. Use water-reducing high-range water-reducing or plasticizing admixture in 8 concrete, as required, for placement and workability. 9 d. Use water-reducing and retarding admixture when required by high 10 temperatures, low humidity or other adverse placement conditions. 11 e. Use water-reducing admixture in pumped concrete, concrete for heavy-use 12 industrial slabs and parking structure slabs, concrete required to be watertight, 13 and concrete with a water-cementitious materials ratio below 0.50. 14 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 15 P. Concrete Mixtures 16 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 17 Highways, Streets,and Bridges"for: 18 a. Culverts 19 b. Headwalls 20 c. Wingwalls 21 2. Proportion normal-weight concrete mixture as follows: 22 a. Minimum Compressive Strength: 3,000 psi at 28 days 23 b. Maximum Water-Cementitious Materials Ratio: 0.50 24 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 25 inches before adding high-range water-reducing admixture or plasticizing 26 admixture,plus or minus 1 inch 27 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 28 inch nominal maximum aggregate size 29 Q. Fabricating Reinforcement 30 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 31 R. Fabrication of Embedded Metal Assemblies 32 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 33 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 34 accordance with AWS D1.1. 35 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 36 All other metal assemblies shall be either hot dip galvanized or painted with an 37 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 38 installed in accordance with the manufacturer's instructions. Repair painted 39 assemblies after welding with same type of paint. 40 S. Concrete Mixing 41 1. Ready-Mixed Concrete: Measure,batch, mix,and deliver concrete according to 42 ASTM C94,and furnish batch ticket information. 43 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 44 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 45 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-12 CAST-IN-PLACE CONCRETE Page 12 of 24 1 2. Project-Site Mixing: Measure,batch, and mix concrete materials and concrete 2 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 3 batch machine mixer. 4 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 5 minutes,but not more than 5 minutes after ingredients are in mixer,before any 6 part of batch is released. 7 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 8 seconds for each additional 1 cubic yard. 9 c. Provide batch ticket for each batch discharged and used in the Work, indicating 10 Project identification name and number, date,mixture type,mixture time, 11 quantity, and amount of water added. Record approximate location of final 12 deposit in structure. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] 17 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION [NOT USED] 19 3.4 INSTALLATION 20 A. Formwork 21 1. Design, erect, shore,brace, and maintain formwork,according to ACI 301,to 22 support vertical, lateral, static, and dynamic loads, and construction loads that might 23 be applied,until structure can support such loads. 24 2. Construct formwork so concrete members and structures are of size, shape, 25 alignment, elevation,and position indicated,within tolerance limits of ACI 117. 26 a. Vertical alignment 27 1) Lines, surfaces and arises less than 100 feet in height- 1 inch. 28 2) Outside comer of exposed corner columns and control joints in concrete 29 exposed to view less than 100 feet in height- 1/2 inch. 30 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 31 height but not more than 6 inches. 32 4) Outside corner of exposed corner columns and control joints in concrete 33 exposed to view greater than 100 feet in height- 1/2000 times the height 34 but not more than 3 inches. 35 b. Lateral alignment 36 1) Members- I inch. 37 2) Centerline of openings 12 inches or smaller and edge location of larger 38 openings in slabs - 1/2 inch. 39 3) Sawcuts,joints, and weakened plane embedments in slabs-3/4 inch. 40 c. Level alignment 41 1) Elevation of slabs-on-grade-3/4 inch. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 24 1 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 2 inch. 3 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 4 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 5 and thickness of walls and slabs. 6 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 7 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 8 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 9 e. Relative alignment 10 1) Stairs 11 a) Difference in height between adjacent risers - 1/8 inch. 12 b) Difference in width between adjacent treads- 1/4 inch. 13 c) Maximum difference in height between risers in a flight of stairs -3/8 14 inch. 15 d) Maximum difference in width between treads in a flight of stairs - 3/8 16 inch. 17 2) Grooves 18 a) Specified width 2 inches or less - 1/8 inch. 19 b) Specified width between 2 inches and 12 inches - 1/4 inch. 20 3) Vertical alignment of outside corner of exposed comer columns and control 21 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 22 4) All other conditions- 3/8 inch in 10 feet. 23 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 24 as follows: 25 a. Class B, 1/4 inch for smooth-formed finished surfaces. 26 b. Class C, 1/2 inch for rough-formed finished surfaces. 27 4. Construct forms tight enough to prevent loss of concrete mortar. 28 5. Fabricate forms for easy removal without hammering or prying against concrete 29 surfaces. Provide crush or wrecking plates where stripping may damage cast 30 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 31 horizontal to 1 vertical. 32 a. Install keyways, reglets,recesses, and the like, for easy removal. 33 b. Do not use rust-stained steel form-facing material. 34 6. Set edge forms,bulkheads, and intermediate screed strips for slabs to achieve 35 required elevations and slopes in finished concrete surfaces. Provide and secure 36 units to support screed strips;use strike-off templates or compacting-type screeds. 37 7. Construct formwork to cambers shown or specified on the Drawings to allow for 38 structural deflection of the hardened concrete. Provide additional elevation or 39 camber in formwork as required for anticipated formwork deflections due to weight 40 and pressures of concrete and construction loads. 41 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 42 caps,walls, and columns straight and to the lines and grades specified. Do no earth 43 form foundation elements unless specifically indicated on the Drawings. 44 9. Provide temporary openings for cleanouts and inspection ports where interior area 45 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 46 securely braced to prevent loss of concrete mortar. Locate temporary openings in 47 forms at inconspicuous locations. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-14 CAST-IN-PLACE CONCRETE Page 14 of 24 1 10. Chamfer exterior comers and edges of permanently exposed concrete. 2 11. Form openings, chases, offsets, linkages,keyways,reglets,blocking, screeds, and 3 bulkheads required in the Work. Determine sizes and locations from trades 4 providing such items. 5 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 6 sawdust, dirt,and other debris just before placing concrete. 7 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 8 leaks and maintain proper alignment. 9 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 10 written instructions,before placing reinforcement, anchoring devices, and 11 embedded items. 12 a. Do not apply form release agent where concrete surfaces are scheduled to 13 receive subsequent finishes which may be affected by agent. Soak contact 14 surfaces of untreated forms with clean water. Keep surfaces wet prior to 15 placing concrete. 16 B. Embedded Items 17 1. Place and secure anchorage devices and other embedded items required for 18 adjoining work that is attached to or supported by cast-in-place concrete. Use 19 setting drawings,templates, diagrams, instructions, and directions furnished with 20 items to be embedded. 21 a. Install anchor rods, accurately located,to elevations required and complying 22 with tolerances in AISC 303, Section 7.5. 23 1) Spacing within a bolt group: 1/8 inch 24 2) Location of bolt group(center): '/2 inch 25 3) Rotation of bolt group: 5 degrees 26 4) Angle off vertical: 5 degrees 27 5) Bolt projection: f 3/8 inch 28 b. Install reglets to receive waterproofing and to receive through-wall flashings in 29 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 30 shelf angles,and other conditions. 31 C. Removing and Reusing Forms 32 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 33 compressive strength. 34 2. General: Formwork for sides of beams,walls, columns, and similar parts of the 35 Work that does not support weight of concrete may be removed after cumulatively 36 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete,if 37 concrete is hard enough to not be damaged by form-removal operations and curing 38 and protection operations are maintained. 39 a. Leave formwork for beam soffits,joists, slabs, and other structural elements 40 that supports weight of concrete in place until concrete has achieved at least 70 41 percent of its 28-day design compressive strength. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 24 1 b. Do not remove formwork supporting conventionally reinforced concrete until 2 concrete has attained 70 percent of its specified 28 day compressive strength as 3 established by tests of field cured cylinders. In the absence of cylinder tests, 4 supporting formwork shall remain in place until the concrete has cured at a 5 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 6 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 7 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 8 listed time period. Formwork for 2-way conventionally reinforced slabs shall 9 remain in place for at least the minimum cumulative time periods specified for 10 1-way slabs of the same maximum span. 11 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 12 removal. Reshores shall remain until the concrete has attained the specified 28 13 day compressive strength. 14 d. Minimum cumulative curing times may be reduced by the use of high-early 15 strength cement or forming systems which allow form removal without 16 disturbing shores,but only after the Contractor has demonstrated to the 17 satisfaction of the Engineer that the early removal of forms will not cause 18 excessive sag, distortion or damage to the concrete elements. 19 e. Completely remove wood forms. Provide temporary openings if required. 20 f. Provide adequate methods of curing and thermal protection of exposed concrete 21 if forms are removed prior to completion of specified curing time. 22 g. Reshore areas required to support construction loads in excess of 20 pounds per 23 square foot to properly distribute construction loading. Construction loads up 24 to the rated live load capacity may be placed on unshored construction provided 25 the concrete has attained the specified 28 day compressive strength. 26 h. Obtaining concrete compressive strength tests for the purposes of form removal 27 is the responsibility of the Contractor. 28 i. Remove forms only if shores have been arranged to permit removal of forms 29 without loosening or disturbing shores. 30 3. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, 31 delaminated, or otherwise damaged form-facing material will not be acceptable for 32 exposed surfaces. Apply new form-release agent. 33 4. When forms are reused, clean surfaces,remove fins and laitance, and tighten to 34 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 35 exposed concrete surfaces unless approved by Engineer. 36 D. Shores and Reshores 37 1. The Contractor is solely responsible for proper shoring and reshoring. 38 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 39 and reshoring. 40 a. Do not remove shoring or reshoring until measurement of slab tolerances is 41 complete. 42 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 43 Locate and provide adequate reshoring to support construction without excessive 44 stress or deflection. 45 E. Steel Reinforcement 46 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 47 reinforcement. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-16 CAST-IN-PLACE CONCRETE Page 16 of 24 1 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 2 before placing concrete. 3 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 4 materials that would reduce bond to concrete. 5 3. Accurately position, support, and secure reinforcement against displacement. 6 Locate and support reinforcement with bar supports to maintain minimum concrete 7 cover. Do not tack weld crossing reinforcing bars. 8 a. Weld reinforcing bars according to AWS D1.4,where indicated. Only steel 9 conforming to ASTM A706 may be welded. 10 4. Installation tolerances 11 a. Top and bottom bars in slabs, girders,beams and joists: 12 1) Members 8 inches deep or less:f3/8 inch 13 2) Members more than 8 inches deep:±1/2 inch 14 b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 15 inches deep or less;±1/2 inches for members over 8 inches deep, except that 16 tolerance for cover shall not exceed 1/3 of the specified cover. 17 5. Concrete Cover 18 a. Reinforcing in structural elements deposited against the ground: 3 inches 19 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 20 c. Grade beams and exterior face of formed walls and columns exposed to 21 weather or in contact with the ground: 2 inches 22 d. Interior faces of walls: 1 inches 23 e. Slabs: 3/4 inches 24 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 25 with ACI 318 for minimum lap of spliced bars where not specified on the 26 documents. Do not lap splice no. 14 and 18 bars. 27 7. Field Welding of Embedded Metal Assemblies 28 a. Remove all paint and galvanizing in areas to receive field welds. 29 b. Field Prepare all areas where paint or galvanizing has been removed with the 30 specified paint or cold galvanizing compound, respectively. 31 F. Joints 32 1. General: Construct joints true to line with faces perpendicular to surface plane of 33 concrete. 34 2. Construction Joints: Install so strength and appearance of concrete are not 35 impaired, at locations indicated or as approved by Engineer. 36 a. Place joints perpendicular to main reinforcement. Continue reinforcement 37 across construction joints,unless otherwise indicated. Do not continue 38 reinforcement through sides of strip placements of floors and slabs. 39 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 40 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 41 Offset joints in girders a minimum distance of twice the beam width from a 42 beam-girder intersection. 43 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 44 beams, and girders and at the top of footings or floor slabs. 45 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 46 with walls,near corners,and in concealed locations where possible. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 24 1 f. Use a bonding agent at locations where fresh concrete is placed against 2 hardened or partially hardened concrete surfaces. 3 3. Doweled Joints: Install dowel bars and support assemblies at joints where 4 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 5 bonding to 1 side of joint. 6 G. Waterstops 7 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 8 form a continuous diaphragm. Install in longest lengths practicable. Support and 9 protect exposed waterstops during progress of the Work. Field fabricate joints in 10 waterstops according to manufacturer's written instructions. 11 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 12 locations indicated,according to manufacturer's written instructions, adhesive 13 bonding,mechanically fastening, and firmly pressing into place. Install in longest 14 lengths practicable. 15 H. Adhesive Anchors 16 1. Comply with the manufacturer's installation instructions on the hole diameter and 17 depth required to fully develop the tensile strength of the adhesive anchor or 18 reinforcing bar. 19 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 20 loose material from the hole,prior to installing adhesive material. 21 I. Concrete Placement 22 1. Before placing concrete,verify that installation of formwork,reinforcement, and 23 embedded items is complete and that required inspections have been performed. 24 2. Do not add water to concrete during delivery, at Project site,or during placement 25 unless approved by Engineer. 26 3. Before test sampling and placing concrete,water may be added at Project site, 27 subject to limitations of ACI 301. 28 a. Do not add water to concrete after adding high-range water-reducing 29 admixtures to mixture. 30 b. Do not exceed the maximum specified water/cement ratio for the mix. 31 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 32 that no new concrete will be placed on concrete that has hardened enough to cause 33 seams or planes of weakness. If a section cannot be placed continuously, provide 34 construction joints as indicated. Deposit concrete to avoid segregation. 35 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 36 pressures, 15 feet maximum and in a manner to avoid inclined construction 37 joints. 38 b. Consolidate placed concrete with mechanical vibrating equipment according to 39 ACI 301. 40 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 41 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 42 layer and at least 6 inches into preceding layer. Do not insert vibrators into 43 lower layers of concrete that have begun to lose plasticity. At each insertion, 44 limit duration of vibration to time necessary to consolidate concrete and 45 complete embedment of reinforcement and other embedded items without 46 causing mixture constituents to segregate. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-18 CAST-rN-PLACE CONCRETE Page 18 of 24 1 d. Do not permit concrete to drop freely any distance greater than 10 feet for 2 concrete containing a high range water reducing admixture (superplasticizer)or 3 5 feet for other concrete. Provide chute or tremie to place concrete where longer 4 drops are necessary. Do not place concrete into excavations with standing 5 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 6 with its outlet near the bottom of the place of deposit. 7 e. Discard pump priming grout and do not use in the structure. 8 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 9 within limits of construction joints,until placement of a panel or section is 10 complete. 11 a. Consolidate concrete during placement operations so concrete is thoroughly 12 worked around reinforcement and other embedded items and into corners. 13 b. Maintain reinforcement in position on chairs during concrete placement. 14 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 15 d. Slope surfaces uniformly to drains where required. 16 e. Begin initial floating using bull floats or darbies to form a uniform and open- 17 textured surface plane,before excess bleedwater appears on the surface. Do not 18 further disturb slab surfaces before starting finishing operations. 19 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 20 concrete work from physical damage or reduced strength that could be caused by 21 frost, freezing actions,or low temperatures. 22 a. When average high and low temperature is expected to fall below 40 23 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 24 temperature within the temperature range required by ACI 301. 25 b. Do not use frozen materials or materials containing ice or snow. Do not place 26 concrete on frozen subgrade or on subgrade containing frozen materials. 27 c. Do not use calcium chloride, salt,or other materials containing antifreeze 28 agents or chemical accelerators unless otherwise specified and approved in 29 mixture designs. 30 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 31 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 32 placement. Chilled mixing water or chopped ice may be used to control 33 temperature,provided water equivalent of ice is calculated to total amount of 34 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 35 b. Fog-spray forms, steel reinforcement, and subgrade just before placing 36 concrete. Keep subgrade uniformly moist without standing water, soft spots,or 37 dry areas. 38 J. Finishing Formed Surfaces 39 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 40 with tie holes and defects repaired and patched. Remove fins and other projections 41 that exceed specified limits on formed-surface irregularities. 42 a. Apply to concrete surfaces not exposed to public view. 43 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 44 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 45 texture matching adjacent formed surfaces. Continue final surface treatment of 46 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 47 indicated. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 033000-19 CAST-IN-PLACE CONCRETE Page 19 of 24 1 K. Miscellaneous Concrete Items 2 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 3 indicated, after work of other trades is in place. Mix,place, and cure concrete, as 4 specified,to blend with in-place construction. Provide other miscellaneous 5 concrete filling indicated or required to complete the Work. 6 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 7 concrete is still green and by steel-troweling surfaces to a hard, dense finish with 8 corners, intersections, and terminations slightly rounded. 9 3. Equipment Bases and Foundations: Provide machine and equipment bases and 10 foundations as shown on Drawings. Set anchor bolts for machines and equipment 11 at correct elevations, complying with diagrams or templates from manufacturer 12 furnishing machines and equipment. 13 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 14 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 15 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 16 during pouring of concrete fill. 17 4. Protective slabs ("Mud slabs"): Normal weight concrete(2500 psi minimum)with a 18 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 19 L. Concrete Protecting and Curing 20 1. General: Protect freshly placed concrete from premature drying and excessive cold 21 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 22 ACI 305.1 for hot-weather protection during curing. 23 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 24 supported slabs, and other similar surfaces. If forms remain during curing period, 25 moist cure after loosening forms. If removing forms before end of curing period, 26 continue curing for the remainder of the curing period. 27 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 28 unformed surfaces, including floors and slabs, concrete floor toppings, and other 29 surfaces. 30 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 31 methods: 32 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 33 with the following materials: 34 1) Water 35 2) Continuous water-fog spray 36 3) Absorptive cover, water saturated, and kept continuously wet. Cover 37 concrete surfaces and edges with 12-inch lap over adjacent absorptive 38 covers 39 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 40 retaining cover for curing concrete,placed in widest practicable width,with 41 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 42 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 43 during curing period using cover material and waterproof tape. 44 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 45 receive floor coverings. 46 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 47 receive penetrating liquid floor treatments. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 24 1 3) Cure concrete surfaces to receive floor coverings with either a moisture- 2 retaining cover or a curing compound that the manufacturer certifies will 3 not interfere with bonding of floor covering used on Project. 4 c. Curing Compound: Apply uniformly in continuous operation by power spray 5 or roller according to manufacturer's written instructions. Recoat areas 6 subjected to heavy rainfall within 3 hours after initial application. Maintain 7 continuity of coating and repair damage during curing period. 8 3.5 REPAIR 9 A. Concrete Surface Repairs 10 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 11 Remove and replace concrete that cannot be repaired and patched to Engineer's 12 approval. 13 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 14 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 15 water for handling and placing. 16 3. Repairing Formed Surfaces: Surface defects include color and texture 17 irregularities, cracks, spalls, air bubbles,honeycombs, rock pockets, fins and other 18 projections on the surface, and stains and other discolorations that cannot be 19 removed by cleaning. 20 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 21 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 22 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 23 with water, and brush-coat holes and voids with bonding agent. Fill and 24 compact with patching mortar before bonding agent has dried. Fill form-tie 25 voids with patching mortar or cone plugs secured in place with bonding agent. 26 b. Repair defects on surfaces exposed to view by blending white portland cement 27 and standard portland cement so that, when dry,patching mortar will match 28 surrounding color. Patch a test area at inconspicuous locations to verify 29 mixture and color match before proceeding with patching. Compact mortar in 30 place and strike off slightly higher than surrounding surface. 31 c. Repair defects on concealed formed surfaces that affect concrete's durability 32 and structural performance as determined by Engineer. 33 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 34 for finish and verify surface tolerances specified for each surface. Correct low and 35 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 36 a sloped template. 37 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 38 outs, honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 39 or that penetrate to reinforcement or completely through unreinforced sections 40 regardless of width, and other objectionable conditions. 41 b. After concrete has cured at least 14 days, correct high areas by grinding. 42 c. Correct localized low areas during or immediately after completing surface 43 finishing operations by cutting out low areas and replacing with patching 44 mortar. Finish repaired areas to blend into adjacent concrete. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-2I CAST-IN-PLACE CONCRETE Page 21 of 24 1 d. Repair defective areas, except random cracks and single holes 1 inch or less in 2 diameter,by cutting out and replacing with fresh concrete. Remove defective 3 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 4 inch clearance all around. Dampen concrete surfaces in contact with patching 5 concrete and apply bonding agent. Mix patching concrete of same materials 6 and mixture as original concrete except without coarse aggregate. Place, 7 compact, and finish to blend with adjacent finished concrete. Cure in same 8 manner as adjacent concrete. 9 e. Repair random cracks and single holes 1 inch or less in diameter with patching 10 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 11 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 12 bonding agent. Place patching mortar before bonding agent has dried. 13 Compact patching mortar and finish to match adjacent concrete. Keep patched 14 area continuously moist for at least 72 hours. 15 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 16 adhesive and patching mortar. 17 6. Repair materials and installation not specified above may be used, subject to 18 Engineer's approval. 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 22 inspecting agency to perform field tests and inspections and prepare test reports. 23 B. Inspections 24 1. Steel reinforcement placement 25 2. Headed bolts and studs 26 3. Verification of use of required design mixture 27 4. Concrete placement, including conveying and depositing 28 5. Curing procedures and maintenance of curing temperature 29 6. Verification of concrete strength before removal of shores and forms from beams 30 and slabs 31 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 32 according to ASTM C172 according to the following requirements: 33 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 34 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 35 each additional 50 cubic yard or fraction thereof. 36 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 37 not less than 1 test for each day's pour of each concrete mixture. Perform additional 38 tests when concrete consistency appears to change. 39 3. Air Content: ASTM C231,pressure method, for normal-weight concrete; 1 test for 40 each composite sample,but not less than 1 test for each day's pour of each concrete 41 mixture. 42 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 43 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 44 test for each composite sample. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 24 1 5. Compression Test Specimens: ASTM C31. 2 a. Cast and laboratory cure 4 cylinders for each composite sample. 3 1) Do not transport field cast cylinders until they have cured for a 4 minimum of 24 hours. 5 6. Compressive-Strength Tests: ASTM C39; 6 a. Test 1 cylinder at 7 days. 7 b. Test 2 cylinders at 28 days. 8 c. Hold 1 cylinder for testing at 56 days as needed. 9 7. When strength of field-cured cylinders is less than 85 percent of companion 10 laboratory-cured cylinders,evaluate operations and provide corrective procedures 11 for protecting and curing in-place concrete. 12 8. Strength of each concrete mixture will be satisfactory if every average of any 3 13 consecutive compressive-strength tests equals or exceeds specified compressive 14 strength and no compressive-strength test value falls below specified compressive 15 strength by more than 500 psi. 16 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 17 within 48 hours of testing. Reports of compressive-strength tests shall contain 18 Project identification name and number,date of concrete placement,name of 19 concrete testing and inspecting agency, location of concrete batch in Work,design 20 compressive strength at 28 days,concrete mixture proportions and materials, 21 compressive breaking strength, and type of break for both 7-and 28-day tests. 22 10. Additional Tests: Testing and inspecting agency shall make additional tests of 23 concrete when test results indicate that slump, air entrainment, compressive 24 strengths, or other requirements have not been met, as directed by Engineer. 25 Testing and inspecting agency may conduct tests to determine adequacy of concrete 26 by cored cylinders complying with ASTM C42 or by other methods as directed by 27 Engineer. 28 a. When the strength level of the concrete for any portion of the structure,as 29 indicated by cylinder tests, falls below the specified requirements,provide 30 improved curing conditions and/or adjustments to the mix design as required to 31 obtain the required strength. If the average strength of the laboratory control 32 cylinders falls so low as to be deemed unacceptable, follow the core test 33 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 34 approved by the Engineer. Core sampling and testing shall be at Contractors 35 expense. 36 b. If the results of the core tests indicate that the strength of the structure is 37 inadequate,any replacement, load testing, or strengthening as may be ordered 38 by the Engineer shall be provided by the Contractor without cost to the City. 39 11. Additional testing and inspecting, at Contractor's expense,will be performed to 40 determine compliance of replaced or additional work with specified requirements. 41 12. Correct deficiencies in the Work that test reports and inspections indicate does not 42 comply with the Contract Documents. 43 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 44 hours of finishing. 45 E. Concrete Finish Measurement and Tolerances CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 03 30 00-23 CAST-IN-PLACE CONCRETE Page 23 of 24 1 1. All floors are subject to measurement for flatness and levelness and comply with 2 the following: 3 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 4 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 5 both directions, lapping straightedge 3 feet on areas previously checked. Low 6 spots shall not exceed the above dimension anywhere along the straightedge. 7 Flatness shall be checked the next work day after finishing. 8 b. Slabs shall be level within a tolerance of f 1/4 inch in 10 feet, not to exceed 3/4 9 inches total variation, anywhere on the floor, from elevations indicated on the 10 Drawings. Levelness shall be checked on a 10 foot grid using a level after 11 removal of forms. 12 c. Measurement Standard:All floors are subject to measurement for flatness and 13 levelness, according to ASTM E1155. 14 2. 2 Tiered Measurement Standard 15 a. Each floor test section and the overall floor area shall conform to the 2-tiered 16 measurement standard as specified herein. 17 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 18 solute minimum surface profile that will be acceptable for any 1 test sample 19 (line of measurements) anywhere within the test area. 20 2) Specified Overall Value: The specified overall FF/FL values represent the 21 minimum values acceptable for individual floor sections as well as the floor 22 as a whole. 23 3. Floor Test Sections 24 a. A floor test section is defined as the smaller of the following areas: 25 1) The area bounded by column and/or wall lines 26 2) The area bounded by construction and/or control joint lines 27 3) Any combination of column lines and/or control joint lines 28 b. Test sample measurement lines within each test section shall be 29 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 30 spacing to be determined by the City's testing agency. 31 c. The precise layout of each test section shall be determined by the City's testing 32 agency. 33 4. Concrete Floor Finish Tolerance 34 a. The following values apply before removal of shores. Levelness values(FL)do 35 not apply to intentionally sloped or cambered areas,nor to slabs poured on 36 metal deck or precast concrete. 37 1) Slabs 38 Overall Value FF45/FL30 39 Minimum Local Value FF30/FL20 40 5. Floor Elevation Tolerance Envelope 41 a. The acceptable tolerance envelope for absolute elevation of any point on the 42 slab surface,with respect to the elevation shown on the Drawings, is as follows: 43 1) Slab-on-Grade Construction: f 3/4 inch 44 2) Top surfaces of formed slabs measured prior to removal of supporting 45 shores: ±3/4 inch 46 3) Top surfaces of all other slabs: t 3/4 inch 47 4) Slabs specified to slope shall have a tolerance from the specified slope of 48 3/8 inch in 10 feet at any point,up to 3/4 inch from theoretical elevation at 49 any point. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 24 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Defective Work 5 1. Imperfect or damaged work or any material damaged or determined to be defective 6 before final completion and acceptance of the entire job shall be satisfactorily re- 1 placed at the Contractor's expense,and in conformity with all of the requirements of 8 the Drawings and Specifications. 9 2. Perform removal and replacement of concrete work in such manner as not to impair 10 the appearance or strength of the structure in any way. 11 B. Cleaning 12 1. Upon completion of the work remove from the site all forms, equipment,protective 13 coverings and any rubbish resulting therefrom. 14 2. After sweeping floors, wash floors with clean water. 15 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3A.C.1 —Changed 75%to 70% 22 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 03 80 00-1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 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. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 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. ASTM International(ASTM): 33 a. A615, Deformed and Plain Billet-Steel Bars for Concrete Reinforcement. 34 b. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy-Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570, Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. 40 f. D695, Standard Test Method for Compressive Properties of Rigid Plastics. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 2 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 3 Reinforced Plastics and Electrical Insulating Materials. 4 B. Where reference is made to 1 of the above standards,the revision in effect at the time of 5 bid opening applies. 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Provide submittals in accordance with Section 0133 00. 9 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 10 specials. 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 12 A. Product Data 13 1. Submit manufacturer's Product Data on all product brands proposed for use to the 14 Engineer for review. 15 2. Include the manufacturer's installation and/or application instructions. 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE 19 A. When removing materials or portions of existing structures and when making openings 20 in existing structures,take precautions and all erect all necessary barriers, shoring and 21 bracing,and other protective devices to prevent damage to the structures beyond the 22 limits necessary for the new work,protect personnel, control dust,and to prevent 23 damage to the structures or contents by falling or flying debris. 24 B. Core sanitary sewer manhole penetrations. 25 1.10 DELIVERY, STORAGE,AND HANDLING 26 A. Deliver the specified products in original,unopened containers with the manufacturer's 27 name, labels,product identification, and batch numbers. 28 B. Store and condition the specified product as recommended by the manufacturer. 29 1.11 FIELD CONDITIONS [NOT USED] 30 1.12 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Manufacturers 35 1. In other Part 2 articles where titles below introduce lists,the following requirements 36 apply to product selection: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 038000-3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 a. Available Products 2 1) Subject to compliance with requirements,products that may be 3 incorporated into the Work include,but are not limited to,products 4 specified. 5 b. Available Manufacturers 6 1) Subject to compliance with requirements,manufacturers offering products 7 that may be incorporated into the Work include,but are not limited to, 8 manufacturers specified. 9 B. Materials 10 1. General 11 a. Comply with this Section and any state or local regulations. 12 C. Steel Reinforcement 13 1. Reinforcing Bars 14 a. ASTM A615, Grade 60,deformed. 15 D. Epoxy Bonding Agent 16 1. A 2-component, solvent-free, asbestos-free,moisture-insensitive epoxy resin 17 material used to bond plastic concrete to hardened concrete complying with the 18 requirements of ASTM C881, Type V, and the additional requirements specified 19 herein. 20 2. Properties of the cured material 21 a. Compressive Strength(ASTM D695) 22 1) 8,500 psi minimum at 28 days 23 b. Tensile Strength(ASTM D638) 24 1) 4,000 psi minimum at 14 days 25 c. Flexural Strength(ASTM D790 -Modulus of Rupture) 26 1) 6,300 psi minimum at 14 days 27 d. Shear Strength(ASTM D732) 28 1) 5,000 psi minimum at 14 days 29 e. Water Absorption(ASTM D570 - 2 hour boil) 30 1) 1 percent maximum at 14 days 31 f. Bond Strength(ASTM C882)Hardened to Plastic 32 1) 1,500 psi minimum at 14 days moist cure 33 g. Color 34 1) Gray 35 h. Available Manufacturers: 36 1) Sika Corporation,Lyndhurst,New Jersey- Sikadur 32, Hi-Mod 37 2) BASF, Cleveland, Ohio- Concresive 1438 38 E. Epoxy Paste 39 1. A 2-component, solvent-free, asbestos free,moisture insensitive epoxy resin 40 material used to bond dissimilar materials to concrete such as setting railing posts, 41 dowels, anchor bolts, and all-threads into hardened concrete and complying with 42 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 43 specified herein. 44 2. Properties of the cured material 45 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days 46 b. Tensile Strength(ASTM D638): 3,000 psi minimum at 14 days. Elongation at 47 Break-0.3 percent minimum CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised December 20,2012 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 c. Flexural Strength(ASTM D790 -Modulus of Rupture): 3,700 psi minimum at 2 14 days 3 d. Shear Strength(ASTM D732): 2,800 psi minimum at 14 days 4 e. Water Absorption(ASTM D570): 1.0 percent maximum at 7 days 5 f. Bond Strength(ASTM C882): 2,000 psi at 14 days moist cure 6 g. Color: Concrete grey 7 h. Available Manufacturers 8 1) Overhead Applications 9 a) Sika Corporation, Lyndhurst,New Jersey- Sikadur 32,Hi-Mod LV 10 b) BASF -Concresive 1438 11 2) All Other Applications 12 a) Sika Corporation,Lyndhurst,New Jersey- Sikadur Hi-mod LV 31 13 b) BASF -Concresive 1401 14 F. Repair Mortars 15 1. Provide an asbestos free,moisture insensitive,polymer-modified,Portland cement- 16 based cementitious trowel grade mortar for repairs on horizontal or vertical 17 surfaces. 18 a. Available Manufacturers 19 1) Sika Corporation, Lyndhurst New Jersey- SikaTop 122 20 2) BASF—Emaco Nanocrete R3 21 G. Pipe Penetration Sealants 22 1. 1 component polyurethane, extrudable swelling bentonite-free waterstop that is . 23 chemically resistant,not soluble in water and capable of withstanding wet/dry 24 cycling. 25 a. Available Manufacturers 26 1) Sika Corporation,Lyndhurst New Jersey—SikaSwell S-2 27 2) Approved equal 28 2.3 ACCESSORIES [NOT USED] 29 2.4 SOURCE QUALITY CONTROL [NOT USED] 30 PART 3 - EXECUTION 31 3.1 INSTALLERS [NOT USED] 32 3.2 EXAMINATION [NOT USED] 33 3.3 PREPARATION 34 A. General 35 1. Cut,repair, reuse, demolish, excavate or otherwise modify parts of the existing 36 structures or appurtenances,as indicated on the Drawings, specified herein,or 37 necessary to permit completion of the Work. Finishes,joints,reinforcements, 38 sealants,etc., are specified in respective Sections. Comply with other requirements 39 of this of Section and as shown on the Drawings. 40 2. Store,mix, and apply all commercial products specified in this Section in strict 41 compliance with the manufacturer's recommendations. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 2 joint or control joint to preserve the isolation between components on either side of 3 the joint. 4 4. When drilling holes for dowelsibolts at new or existing concrete, stop drilling if 5 rebar is encountered and relocate the hole to avoid rebar as approved by the 6 Engineer. Do not cut rebar without prior approval by the Engineer. 7 B. Concrete Removal 8 1. Remove concrete designated to be removed to specific limits as shown on the 9 Drawings or directed by the Engineer,by chipping,jack-hammering, or saw-cutting 10 as appropriate in areas where concrete is to be taken out. Do not jackhammer 11 sanitary sewer manhole penetrations. Remove concrete in such a manner that 12 surrounding concrete or existing reinforcing to be left in place and existing in place 13 equipment is not damaged. 14 2. Where existing reinforcing is exposed due to saw cutting/core drilling and no new 15 material is to be placed on the sawcut surface, apply a coating or surface treatment 16 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 17 3. In all cases where the joint between new concrete or grout and existing concrete 18 will be exposed in the finished work, except as otherwise shown or specified, 19 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 20 the edge of concrete removal. 21 4. Repair concrete specified to be left in place that is damaged using approved means 22 to the satisfaction of the Engineer. 23 5. The Engineer may from time to time direct additional repairs to existing concrete. 24 Make these repairs as specified or by such other methods as may be appropriate. 25 C. Connection Surface Preparation 26 1. Prepare connection surfaces as specified below for concrete areas requiring 27 patching,repairs or modifications as shown on the Drawings, specified herein, or as 28 directed by the Engineer. 29 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 30 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 31 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 32 depth. Irregular voids or surface stones need not be removed if they are sound, free 33 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 34 final inspection. 35 3. If reinforcing steel is exposed,it must be cleaned by wire brush or other similar 36 means to remove all contaminants,rust, etc., as approved by the Engineer. If 1/2 of 37 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 38 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 39 the demolition operation. 40 4. Clean reinforcing from existing demolished concrete that is shown to be 41 incorporated in new concrete by wire brush or other similar means to remove all 42 loose material and products of corrosion before proceeding with the repair. Cut, 43 bend,or lap to new reinforcing as shown on the Drawings and provided with 1-inch 44 minimum cover all around. 45 5. The following are specific concrete surface preparation "methods"to be used where 46 called for on the Drawings, specified herein, or as directed by the Engineer. 47 a. Method A CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 1) After the existing concrete surface at connection has been roughened and 2 cleaned,thoroughly moisten the existing surface with water. 3 2) Brush on a 1/16-inch layer of cement and water mixed to the consistency of 4 a heavy paste. 5 3) Immediately after application of cement paste,place new concrete or grout 6 mixture as detailed on the Drawings. 7 b. Method B 8 1) After the existing concrete surface has been roughened and cleaned,apply 9 epoxy bonding agent at connection surface. 10 2) Comply strictly with the manufacturer's recommendations for the field 11 preparation and application of the epoxy bonding agent. 12 3) Place new concrete or grout mixture to limits shown on the Drawings 13 within time constraints recommended by the manufacturer to ensure bond. 14 c. Method C 15 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 16 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 17 First fill the drilled hole with epoxy paste,then butter the dowels/bolts with 18 paste then insert by tapping. 19 3) Unless otherwise shown on the Drawings,drill and set deformed bars to a 20 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 21 4) If not noted on the Drawings, the Engineer will provide details regarding 22 the size and spacing of dowels. 23 d. Method D 24 1) Combination of Method B and C. 25 3.4 INSTALLATION [NOT USED] 26 3.5 REPAIR [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 1 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised December 20,2012 Division 11 Equipment 11 66 12 SITE UNDERDRAINS Page 1 of 2 1 SECTION 1166 12 2 SITE UNDERDRAINS 3 4 PART I- GENERAL 5 6 1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, 7 and services required to construct underdrains to the required lines, grades, and 8 cross sections as specified herein and on the plans. 9 10 1.02 RELATED WORK SPECIFIED ELSEWHERE: 11 12 A. Section 3122 00 - Earthwork. 13 14 B. Section 32 13 13 - Cast-in-Place Concrete 15 16 PART 2 - PRODUCTS 17 18 2.01 UNDERDRAIN PIPE: Pipe and fittings shall be flexible, corrugated tubing 19 manufactured of high-density polyethylene resins and conforming to ASTM 20 Product Specifications F-405 and F-667. Drainage tubing shall be as 21 manufactured by Advanced Drainage Systems (ADS), Inc., of Columbus, Ohio. 22 The local manufacturing plant which will provide a list of suppliers is in Ennis, 23 Texas - telephone (972) 878-9600. 24 25 A. Perforated Pipe: Perforations shall be linear slots cut radially into the 26 tubing wall between corrugations. Perforated pipe will be furnished 27 complete with the Cerex nylon 'Drain Guard" screen. The screen will 28 completely surround the pipe and will have a lapped, welded longitudinal 29 joint. 30 31 B. Non-Perforated Pipe: Non-perforated pipe shall be used for collector lines 32 which convey the water from perforated pipe to the concrete inlet or 33 outfall. 34 35 C. Fittings: All couplings,reducers, tees, ells, plugs, caps, and other fittings 36 shall be non-perforated and shall be of the same manufacturer as the 37 drainage tubing. A fitting shall be used at each pipe junction/termination, 38 as appropriate. 39 40 2.02 FILTER MATERIAL: Filter material for use in backfilling trenches over and 41 around underdrains shall consist of 1 1/2" to 2" gravel washed free of organic or 42 other deleterious matter. 43 44 2.03 FILTER FABRIC: Filter fabric to line and lap over gravel filled subdrain trench 45 shall be Mirafi 140N drainage fabric as manufactured by Celanese Corporation, 46 (800) 223-9811, or approved equal. CITY OF FORT WORTH Deer Creek Parr Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 1166 12 SITE UNDERDRAINS Page 2 of 2 1 2 PART 3 -EXECUTION 3 4 3.01 VERTICAL AND HORIZONTAL CONTROLS: 5 6 A. The Contractor shall establish or shall employ a licensed surveyor to 7 establish all lines and grades necessary for each stage of the work 8 described herein. 9 B. Provide blue tops for reference in dressing trench bottoms at intervals not 10 to exceed 30 feet along the centerline of each trench. 11 12 3.02 UNDERDRAINS: Trenches for underdrains shall be dug after the subgrade is 13 prepared. The excavation of each trench shall begin at its outlet and proceed 14 toward its upper end. The trench must not be excavated below the proposed grade 15 line. Trenches will be cleaned of all loose material and their bottoms will be 16 dressed and fine graded to blue tops set as previously described. Trenches shall 17 be lined with filter fabric and underdrain pipe shall be set on the trench bottom. 18 All fittings shall be securely coupled and all open ends will be capped. The pipe 19 shall be carefully covered with the gravel filter material and the filter fabric shall 20 be lapped over the trench. 21 22 Care shall be taken not to damage the pipe or its fabric filter screen. Underdrain 23 pipe shall be connected to solid pipe joints and to outfall at the concrete 24 structure/collar as indicated in the plans. Care shall be taken not to loosen or 25 cave-in the trench walls. Any such damage will be excavated and will be 26 backfilled in mechanically tamped lifts not to exceed eight inches and will be re- 27 constructed. 28 29 3.03 SETTLEMENT: After the trench has been backfilled it shall be thoroughly 30 soaked. This process shall be repeated two times allowing the backfill material to 31 dry twenty-four hours before wetting again. 32 33 34 35 36 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 37 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 1167 13 PAVING REMOVALFURNISHINGS Page 1 of 5 1 SECTION 1167 13 2 SITE FURNISHINGS 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Provisions established within the General and Supplementary General Conditions of 6 the Contract, Division 1 - General Requirements, and the Drawings are collectively 7 applicable to this Section. 8 1.2 SCOPE 9 A. Work included: the work includes,but is not necessarily limited to: 10 1. Remove existing benches,picnic grills,trash receptacles and picnic tables. 11 2. Furnish and install exterior benches, litter receptacles, picnic grills, and picnic 12 tables. 13 3. Furnish and install basketball goal with back board and netting. 14 4. Furnish and install concrete footings for playground equipment. 15 5. Furnish and install concrete pads and walks. 16 6. Warranty and replacements 17 7. Provide touch-up paint 18 1.3 REFERENCES 19 A. Requirements of Regulatory Agencies: 20 1. Perform work in accordance with all applicable laws, codes and regulations 21 required. 22 B. American Association of State Highway and Transportation Officials (AASHTO): 23 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway 24 Signs, Luminaires and Traffic Signals 25 C. ASTM International(Formerly known as American Society for Testing and Materials): 26 1. ASTM A123 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and 27 Steel Products 28 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 29 120/105 30 ksi Minimum Tensile Strength 31 3. ASTM A507 - Standard Specification for Drawing Alloy Steel, Sheet and Strip, 32 Hot- 33 Rolled and Cold-Rolled 34 4. ASTM B26/B26M- Standard Specification for Aluminum-Alloy Sand Castings 35 5. ASTM B85 - Standard Specification for Aluminum-Alloy Die Castings 36 6. ASTM B 137 - Standard Test Method for Measurement of Coating Mass per Unit 37 Area 38 on Anodically Coated Aluminum 39 7. ASTM B209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet 40 and Plate 41 8. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy 42 Extruded Bars,Rods,Wire,Profiles, and Tubes CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 116713 PAVING REMOVALFURNISHINGS Page 2 of 5 1 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and 2 Time of Burning of Plastics in a Horizontal Position 3 10. ASTM D1056 - Standard Specification for Flexible Cellular Materials - Sponge 4 or 5 Expanded Rubber 6 11. ASTM D1400 - Standard Test Method for Nondestructive Measurement of Dry 7 Film 8 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 9 12. ASTM D2240 - Standard Test Method for Rubber Property - Durometer 10 Hardness 11 D. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code 12 (NEC) 13 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting 14 Council)(SSPC): SSPC-SP 10 -Near-White Blast Cleaning 15 F. Underwriters Laboratories,Inc. (UL): 16 1. UL 496 -UL Standard for Safety Edison-Base Lampholders 17 2. UL 508 -UL Standard for Safety Industrial Control Equipment 18 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 19 Fluorescent Lamps 20 4. UL 935 -UL Standard for Safety Fluorescent-Lamp Ballasts 21 5. UL 1029 -UL Standard for Safety High-Intensity-Discharge Lamp Ballasts 22 6. UL 1598 -UL Standard for Safety Luminaires 23 1.3 QUALITY ASSURANCE 24 A. Installer qualifications: minimum of 5 years of experience in installation of site 25 furnishings and playground equipment. Provide documentation of specific project 26 experience and references as required by Owner. 27 1.4 SUBMITTALS 28 A. Submit manufacturer's product data and warranty for each type of furniture or material 29 specified, including finish and color indicatcd including light pole and fixture. Submit 30 cut sheets for ADA signage. 31 B. Submit footing detail as recommended by the manufacturer for each type of site 32 furniture including pavilion. 33 C. Submit manufacturer's installation instructions. 34 D. Samples: 35 1. Submit two samples 2x2 inch in size illustrating finish material and color for 36 substitutions. 37 E. Submittals to be submitted to Landscape Architect for review and approval no less than 38 60 days prior to installation. 39 1.5 DELIVERY,STORAGE,AND HANDLING 40 A. Remove designated existing benches and picnic tables. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 1167 13 PAVING REMOVALFURNISHINGS Page 3 of 5 1 B. Furnish all materials in manufacturer's unopened, original containers, bearing original 2 labels showing quantity, description and name of manufacturer. 3 C. Deliver and unload at the site on pallets and bound in such a manner that no damage 4 occurs to the product. 5 D. Store products in a manner which will preclude all damages. Damaged materials will 6 be rejected. Remove all damaged materials from the job site immediately, and replace 7 at no cost to the Owner. 8 E. Furnish suitable equipment and locate all site furnishing materials carefully and 9 efficiently. Lift materials using lifting inserts provided by the manufacturer where 10 applicable. 11 F. Protect site furniture and accessories from damage until final acceptance. Owner 12 reserves right to reject site furniture damaged prior to and during and after installation. 13 PART 2 PRODUCTS 14 2.1 MANUFACTURERS OF EQUIPMENT, SITE FURNITURE AND ACCESSORIES 15 A. Acceptable Manufacturers are listed on the drawings. 16 B. All playground equipment is pre-approved equipment. All remaining components 17 structures are subject for substitution. 18 C. Substitutions: Under provisions of General and Special Conditions and Drawings. 19 Substitutions must be of equal quality of material and finish specified. All substitutions 20 must be approved by Park and Recreation Department and Landscape Architect prior to 21 bid submittal with explanation of variances to specified items. 22 D. General Requirements for Mounting Poles for signs: 23 1. Mounting poles: Steel, straight, round, and as shown. Complete assembly of 24 anchor bolts,pole, arms, and luminaire designed to withstand wind pressure (P) 25 developed by wind speed(V)of 80 MPH,in accordance with AASHTO LTS-4. 26 Pole assembly to be designed in accordance with AASHTO requirements for 27 permissible stresses, deflection,vibration,and fatigue. Ratio of deflection to pole 28 height under action of applicable static loading not to exceed 1/60. 29 2.2 CONCRETE 30 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, 31 air-entrained 2%to 45. 32 33 B. Grout: Section 03305, "Portland Cement Concrete",nonshrink.Where recommended by 34 manufacturer. Prime surfaces to be grouted 35 2.3 FINISHES CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 116713 PAVING REMOVALFURNISHINGS Page 4 of 5 1 A. Specified on drawings. 2 PART 3 EXECUTION 3 3.1 INSPECTION 4 A. Examine final grades and installation conditions. Do not proceed with work until 5 unsatisfactory conditions are corrected. 6 B. Beginning of installation means acceptance of existing conditions. 7 3.2 PREPARATION 8 A. Remove foreign substances from surfaces to receive metal items. 9 B. Locate and layout all site furniture and site accessories. Obtain Owner's 10 Representative's acceptance of layout prior to installation. 11 C. Coordinate setting drawings, diagrams, templates, instructions and directions for the 12 installation of items having integral anchors which are to be embedded in concrete 13 construction. Coordinate delivery of such items with concrete work. 14 D. Restore protective covering that have been damaged in shipment or in the installation 15 of the item. Remove protective covering from surfaces only when there is no 16 possibility of damage from work yet to be performed after installation. Retain covering 17 on all similarly finished items and remove only when all are in place to preclude non- 18 uniform oxidation and discoloration. 19 3.4 INSTALLATION OF SITE FURNISHINGS 20 A. Install where and as shown on plans and details. Install per Manufacturer's directions. 21 Install all pieces level and plumb. 22 B. Provide and install vandal-proof anchors into pavement to secure the site furnishings. 23 C. Paint exposed installation hardware to match furnishing color. 24 D. Shim and level furnishings as required at approved locations. 25 E. Guard against staining or damaging of existing pavements and plantings where site 26 furnishings are to be installed. 27 F. Provide Owner with manufacturer's touch-up paint (1 pint minimum) for each painted 28 furnishing. Supply literature necessary for ordering touch-up paint at a later date. 29 3.5 TOLERANCES 30 A. Maximum Variation From Plumb: 1/32 inch per foot. 31 3.6 CLEANING CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 1167 13 PAVING REMOVALFURNISHINGS Page 5 of 5 1 A. Perform cleaning during installation of the work and upon completion of the work. 2 Maintain clean surfaces until final acceptance. Remove from site all debris and 3 equipment. Repair all damage resulting from play fields and equipment installation. 4 3.7 CLEANING/TOUCH-UP 5 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered 6 onto site furniture. 7 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 8 equipment, surplus materials, and debris. 9 C. Perform cleaning during installation of the work and upon completion of the work. 10 Maintain clean surfaces until final acceptance. Remove from site all debris and 11 equipment. Repair all damage resulting from furniture and equipment installation. 12 Replace damaged furniture as requested by the Owner's Representative. 13 14 END OF SECTION 15 16 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 06] 17 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 1168 14 PLAYGROUND EQUIPMENT Page I of 4 1 SECTION 1168 14 2 PLAYGROUND EQUIPMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Composite Playground Structure 7 2. Rope Climber 8 3. Spring Rider 9 4. Swing Structure 10 B. Related Specification Sections include but are not necessarily limited to 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 3. Section 1168 13 - Site Furnishings 15 4. Section 1168 16-Wood Fiber Playground Surfacing 16 5. Section 32 13 13 -Concrete Paving 17 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item shall be lump sum complete in place 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per lump sum 25 3. The price bid shall include: 26 a. Furnishing and installing the specified Inlet 27 b. Mobilization 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess materials 31 f. Excavation, forming,backfill and compaction of footings 32 g. Concrete 33 h. Reinforcing steel 34 i. Clean-up 35 1.3 REFERENCES 36 A. Abbreviations and Acronyms 37 1. CPSC—U.S. Consumer Product Safety Commission 38 2. IPEMA -International Play Equipment Manufacturers Association 39 3. TAS—Texas Accessibility Standard CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 1168 14 PLAYGROUND EQUIPMENT Page 2 of 4 1 4. TDLR—Texas Department of Licensing and Regulation 2 B.Reference Standards 3 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 4 2. ASTM Designation F1487(Standard Consumer Safety Performance Specification 5 for Playground Equipment for Public Use) 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 0133 00 9 B. Submittals must be received and approved by the Project Manager prior to ordering 10 equipment. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. The Contractor shall be required to submit a Safety Plan indicating the use of 13 temporary construction fencing,signage and barriers necessary to prevent park 14 users from utilizing unfinished equipment for Owner approval at the Pre- 15 Construction meeting. 16 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM 17 F1487 Standards including: 18 1. All paints and other similar finishes must meet the current CPSC regulation for lead 19 in paint(0.06 percent maximum lead by dry weight). 20 2. Regardless of the material or the treatment process,the manufacturer shall ensure 21 that the users of the playground equipment cannot ingest, inhale,or absorb any 22 potentially hazardous amounts of substances through body surfaces as a result of 23 contact with the equipment. 24 1.7 CLOSEOUT SUBMITTALS 25 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' 26 literature to the Project Manager prior to acceptance of the project. This shall include: 27 1. Operation and Maintenance Manuals 28 2. Warranty/Guarantee Documentation 29 1.8 MAINTENANCE MATERIAL SUBMITTALS 30 A. Spare Parts 31 B. Extra Stock Materials 32 C. Tools 33 1.9 QUALITY ASSURANCE 34 A. Qualifications 35 1. Manufacturers 36 2. Suppliers 37 3. Fabricators 38 4. Installers/Applicators/Erectors CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 1168 14 PLAYGROUND EQUIPMENT Page 3 of 4 1 5. Testing Agencies 2 6. Licensed Professionals 3 B. Certifications 4 C. Preconstruction Testing 5 D. Field [Site] Samples 6 E. Mock-ups 7 1.10 DELIVERY, STORAGE,AND HANDLING 8 A. Protect from inclement weather: wet,damp,extreme heat or cold. 9 B. Store in a manner to prevent warpage,bowing or damage. 10 C. The Contractor will not be allowed to deliver on site and install any playground 11 equipment until grading,mow strip, subsurface drainage and all other hardscape items 12 have been installed and approved by the Project Manager. The Contractor will be 13 required to remove any equipment from the site at own expense and at no additional 14 contract time if found to be in non-compliance to this specification note. 15 1.11 WARRANTY 16 A. Per manufacture specifications. 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT 20 A. Manufacturers 21 1. Approved play component structures for the selected playground prototype option 22 and ancillary equipment are listed in the Materials List in the plans. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 EXAMINATION [NOT USED] 27 3.2 INSTALLERS 28 A. Substitution Limitations 29 3.3 PREPARATION 30 A. General: 31 1. Mark paving removal limits for City approval prior to beginning removal. 32 2. Identify known utilities below grade - Stake and flag locations. 33 3.4 INSTALLATION 34 A. GENERAL: All items shall be supplied by Contractor and installed as per 35 manufacturer's recommendations. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 1168 14 PLAYGROUND EQUIPMENT Page 4 of 4 1 B. CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a 2 minimum twelve inches below the finish grade of surfacing material. 3 C. FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly 4 on all equipment that is not installed with specialized fasteners. 5 3.5 REPAIR [NOT USED] 6 3.6 RE-INSTALLATION 7 A. FALL ZONES: Contractor shall verify all fall zone clearances onsite prior to 8 installing the equipment. Notify the Landscape Architect of any conflicts or 9 discrepancies. The Contractor will be required to remove and reinstall ani 10 strips/hardscape at own expense and at no additional contract time if fall zone 11 discrepancies are found and require remedy. 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE 22 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 11 69 15 WOOD FIBER PLAYGROUND SURFACING Page 1 of 6 1 2 3 SECTION 1169 15 4 WOOD FIBER PLAYGROUND SURFACING 5 6 PART 1—GENERAL 7 8 1.1 SUMMARY 9 10 A. Section Includes: 11 1. Composite Playground Structure 12 2. Rope Climber 13 3. Spring Rider 14 4. Swing Structure 15 B. Related Specification Sections include but are not necessarily limited to 16 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 17 Contract. 18 2. Division 1 -General Requirements. 19 3. Section 11 68 13 - Site Furnishings 20 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be lump sum 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 lump sum 28 3. The price bid shall include: 29 a. Furnishing and installing the specified Inlet 30 b. Mobilization 31 C. Excavation 32 d. Hauling 33 e. Disposal of excess materials 34 f. Excavation,forming,backfill and compaction of footings 35 g. Clean-up 36 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. CPSC—U.S. Consumer Product Safety Commission 40 2. IPEMA-International Play Equipment Manufacturers Association 41 3. TAS—Texas Accessibility Standard 42 4. TDLR—Texas Department of Licensing and Regulation CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 11 69 15 WOOD FIBER PLAYGROUND SURFACING Page 2 of 6 43 B. Reference Standards 44 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 45 2. ASTM Designation F1487(Standard Consumer Safety Performance Specification for 46 Playground Equipment for Public Use) 47 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 48 1.5 SUBMITTALS 49 A. Submittals shall be in accordance with Section 0133 00 50 B. Submittals must be received and approved by the Project Manager prior to ordering 51 equipment. 52 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 53 A. The Contractor shall be required to submit a Safety Plan indicating the use of 54 temporary construction fencing, signage and barriers necessary to prevent park users 55 from utilizing unfinished equipment for Owner approval at the Pre- Construction 56 meeting. 57 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM F1487 58 Standards including: 59 1. All paints and other similar finishes must meet the current CPSC regulation for lead in 60 paint(0.06 percent maximum lead by dry weight). 61 2. Regardless of the material or the treatment process,the manufacturer shall ensure that the 62 users of the playground equipment cannot ingest, inhale,or absorb any potentially 63 hazardous amounts of substances through body surfaces as a result of contact with the 64 equipment. 65 1.7 CLOSEOUT SUBMITTALS 66 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' literature 67 to the Project Manager prior to acceptance of the project. This shall include: 68 1. Operation and Maintenance Manuals 69 2. Warranty/Guarantee Documentation 70 1.8 MAINTENANCE MATERIAL SUBMITTALS 71 A. Spare Parts 72 B. Extra Stock Materials 73 C. Tools 74 1.9 QUALITY ASSURANCE 75 A. Qualifications 76 1. Manufacturers 77 2. Suppliers 78 3. Fabricators 79 4. Installers/Applicators/Erectors 80 5. Testing Agencies CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 11 69 15 WOOD FIBER PLAYGROUND SURFACING Page 3 of 6 81 6. Licensed Professionals 82 B. Certifications 83 C. Preconstruction Testing 84 D. Field [Site] Samples 85 E. Mock-ups 86 1.10 DELIVERY,STORAGE,AND HANDLING 87 A. Protect from inclement weather:wet,damp, extreme heat or cold. 88 B. Store in a manner to prevent warpage, bowing or damage. 89 C. The Contractor will not be allowed to deliver on site and install any playground equipment 90 until grading,mow strip, subsurface drainage and all other hardscape items have been 91 installed and approved by the Project Manager. The Contractor will be required to remove 92 any equipment from the site at own expense and at no additional contract time if found to be 93 in non-compliance to this specification note. 94 1.11 WARRANTY 95 A. Per manufacture specifications. 96 97 98 PART 2—PRODUCTS 99 100 2.1 MATERIALS 101 102 A. ENGINEERED WOOD FIBER SURFACING 103 104 1. Surfacing material shall consist of: 105 a. Hardwood tree stock in which 80%of material is 1"-11/2"in length X 1/4" 106 to 3/8"diameter maximum size.A delivery ticket from the mill of origin will 107 be required to verify that material is 100%hardwood stock. 108 b. The contractor shall be required to submit samples for approval.However, 109 approval shall in no way mean acceptance of material delivered to the site in 110 the event the Project Manager finds that the delivered material does not meet 111 specifications. 112 113 In the event that the material delivered to the project sites is found to 114 be unacceptable,the Contractor shall be required to remove such 115 material off the site and provide acceptable material. 116 c. Softwood fibers, standard wood chips, bark mulch,recycled wood 117 from pallets or waste wood, shredded or otherwise, twigs, bark, leaf 118 debris or other organic material incorporated within will not be 119 accepted. 120 2. All material shall be compacted to the depth indicated on plans. 121 122 B. DRAINAGE FABRIC 123 124 1. Product used shall be FibarFelt,DuraLiner,or aproved equal polyester nonwoven 125 engineering geotextile fabric. 126 2. Bidder will provide enough material to allow for 12" overlap on all seams. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 1169 15 WOOD FIBER PLAYGROUND SURFACING Page 4 of 6 127 128 129 C. DRAINAGE MATRIX 130 131 1. 4"diameter ADS perforated pipe with sock installed within the subgrade gravel 132 trench as indicated on plans. 133 134 D. WEAR MATS 135 136 1. Product used shall be per playground equipment manufacturer's recommendation 137 and meet ASTM F1292-91 playground surfacing standard for a drop height not to 138 exceed 3.5 feet. Must be installed under all swings and slides to preserve 139 warranty. Method of installation/anchorage shall be per manufacturer's 140 recommendations. 141 142 PART 3-SPECIAL REQUIREMENTS 143 144 3.1 QUALITY CONTROL 145 146 A. The Bidder will provide the owner or its designated contractor with all necessary licenses 147 prior to start of construction in accordance with U. S. Patents. 148 149 B. Supplier must provide test results for impact attenuation in accordance with ASTM 150 F1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and 151 Around Playground Equipment. Results must be provided for new material and for 5- 152 year-old material. 153 154 C. Testing must show "g"ratings of not more than 155g for the 8"thick system,or 120g for 155 the 12" system at 12'fall heights, and HIC values of less than 1,000 for both new and 8- 156 year-old material. 157 158 D. Product must be wheelchair accessible and meet the requirements of the 1990 Americans 159 with Disabilities Act(ADA) in accordance with ASTM PS83-97. 160 161 E. The Bidder will provide copies of flammability testing procedures and results using(i) 162 Section 1500.44 of the Federal Hazardous Substance Act,Title 16, Chapter II, 163 Subchapter C, for rigid and pliable solids,and(ii) 16 CFR Part 1630 Standard for the 164 Surface Flammability of Carpets and Rugs(FF 1-70),Modified Procedure. Testing 165 should be performed by an independent testing laboratory. 166 167 F. The Bidder will provide copies of testing procedures and results of(i)new shredded 168 wood fibre,and(ii)shredded wood fibre not less than five years old taken from an 169 existing site,performed by an independent testing source using the ASTM F1292-91 170 playground safety surfacing standard. 171 172 G. The Bidder will provide at least three references of handicapped-accessible 173 playgrounds that have been installed with said surface. 174 175 176 177 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 11 69 15 WOOD FIBER PLAYGROUND SURFACING Page 5 of 6 178 3.2 WARRANTY 179 180 All materials and labor under this Section shall be installed by a contractor authorized by the 181 manufacturer. Safety surface shall be warranted for labor and materials for a period of no less 182 than two years. Written warranty must be submitted by the manufacturer and the authorized 183 installer. 184 185 PART 4—EXECUTION 186 187 4.1 EXAMINATION [NOT USED] 188 4.2 INSTALLERS 189 A. Substitution Limitations 190 4.3 PREPARATION 191 A. Installer shall thoroughly examine the site and specifications, carefully checking the 192 dimensions before starting work. 193 4.4 SUBGRADE 194 195 1. The subgrade shall be graded a minimum of 1.5% (percent)—max. 2%. All roots, 196 stones, and vegetation shall be removed. 197 2. The drainage matrix must be connected to the drainage system. 198 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, 199 as determined by the provisions of AASHTO or T 205, as modified in 203.24. 200 201 4.5 APPLICATION 202 203 A. Wood fiber surfacing system with gravel and sub drain. Install per plans and 204 specifications. 205 206 a. Aggregate Drainage Material 207 208 1. Install sub drain trench per plan. 209 2. Cover subgrade with washed stone, 3/8"to 1/2" diameter, at a uniform 210 depth of three inches. 211 3. Install drainage fabric over drainage aggregate, overlapping all seams by 212 at least 12". Cut to fit around equipment as necessary and overlap seams 213 as previously mentioned. 214 4. Install wood fiber safety surfacing at the depth indicated on plans 215 (compacted). Contractor shall be responsible for applying additional 216 material as required in order to maintain safety surface finish elevation 217 and anticipated settling for a period of sixty(60)days following project 218 acceptance. 219 220 221 222 223 END OF SECTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 11 69 15 WOOD FIBER PLAYGROUND SURFACING Page 6 of 6 224 Revision Log DATE NAME SUMMARY OF CHANGE 225 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 1004I8,1004I9,CO2449 Division 26 Electrical 2605 00-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor,materials and equipment required to install,test and provide an 7 operational, electrical system as specified and as shown on the Drawings 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. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for"Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing, placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Furnish and Install Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size furnished 34 and installed. 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 for"Furnish/Install Electrical 38 Service" shall be made at the price bid per each type and size installed. 39 c. The price bid shall include all aspects of completing the installation of electrical 40 service including, but not limited to: 41 1) Conduit CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419.CO2449 Revised November 22,2013 260500-2 COMMON WORK RESULTS FOR ELECTRICAL. Pa,-e 2 of 5 1 2) Pole risers 2 3) Meter base 3 4) Breaker box 4 5) Breakers 5 6) Coordination with Electrical Service Provider 6 3. install Electrical Service 7 a. Measurement 8 1) Measurement for electrical service shall be per each type and size installed. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 item shall be paid for at the unit price bid for"Install Electrical Service" 12 shall be made at the price bid per each type and size installed. 13 c. The price bid shall include all aspects of completing the installation of electrical 14 service including, but not limited to: 15 1) Conduit 16 2) Pole risers 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. Underwriters Laboratories, inc. (UL) 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Where references are made to the Related Work paragraph in each Specification 26 Section, referring to other Sections and other Divisions of the Specifications, the 27 Contractor shall provide such information or Work as may be required in those 28 references, and include such information or Work as may be specified. 29 2. Division 26 requirements apply to electrical work provided under any division of 30 the Specifications 31 B. Service and Metering 32 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 33 Three Wire, 60 Hz from transformer equipment furnished and installed by the 34 power company. 35 2. Power company responsibilities 36 a. Furnishing and installing the primary overhead conductors and pole line 37 b. Furnishing and installing the transformer or riser pole, primary cutouts, 38 lightning arresters and grounding 39 c. Furnishing and installing primary conduits and cables 40 d. Furnishing and installing the transformer pad and grounding(if pad-mounted 41 transformer) 42 e. Furnishing and installing transformer 43 f. Terminating underground primary cables 44 g. Furnishing metering current transformers (CT's), meter and meter wiring 45 h. Terminating secondary cables to the service transformer CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project No.: 1004/8,1004/9, CO2449 Revised November 22,2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1 i. Furnishing meter base and enclosure 2 3. Contractor responsibilities 3 a. Furnishing and installing secondary conduits and cables 4 b. Furnishing and installing power company approved metering current 5 transformer enclosure(if required by power company) 6 c. Installing meter base 7 d. Furnishing and installing an empty conduit with pull line from the metering 8 current transformer enclosure to the meter enclosure. Conduit size and type 9 approved by the power company 10 e. Coordinating electrical service installation with power company 11 4. City responsibilities 12 a. Negotiating with power company for the costs of new or revised services 13 b. Making payment directly to power company for such costs 14 C. Codes, Inspections and Fees 15 1. Obtain all necessary permits and pay all fees required for permits and inspections. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Materials and Equipment 22 1. New,except where specifically identified on the Drawings to be reused. 23 2. UL listed, where such listing exists. 24 3. Electrical service 25 a. Service type shall be as shown on the Drawings. 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY 29 A. Manufacturer Warranty 30 1. Manufacturer's warranties are specified in each of the Specification Sections. 31 PART 2- PRODUCTS [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION 35 A. Interpretation of Drawings CITY OF FORT WORTH Deer Creek Park,Remington Pointe Parr Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 22,2013 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 1. Coordinate the conduit installation with other trades and the actual supplied 2 equipment. 3 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 4 raceway installation. 5 3. Verify exact locations and mounting heights of lighting fixtures, switches and 6 receptacles prior to installation. 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Phase Balancing 10 1. Connect circuits on motor control centers and panelboards to result in evenly I 1 balanced loads across all phases. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP 16 A. Tests and Settings 17 1. Test systems and equipment furnished under Division 26. 18 2. Repair or replace all defective work. 19 3. Make adjustments to the systems as specified and/or required. 20 4. Prior to energizing electrical equipment,make all tests required by the individual 21 Specification sections. 22 a. Submit a sample test form or procedure. 23 b. Submit the required test reports and data within 30 days after the test. 24 c. Include names of all test personnel. 25 d. Initial each test. 26 5. Check wire and cable terminations for tightness. 27 6. Verify all terminations at transformers,equipment,capacitor connections,panels, 28 and enclosures by producing a 12 3 rotation on a phase sequence motor when 29 connected to A,B,and C phases. 30 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 31 motor starters,and control equipment. 32 8. Check interlocking, control and instrument wiring for each system and/or part of a 33 system to prove that the system will function properly as indicated by schematic 34 and wiring diagrams. 35 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 36 10. Provide qualified test personnel, instruments and test equipment. 37 11. Refer to the individual equipment Sections for additional specific testing 38 requirements. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 22,2013 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 1 3.9 ADJUSTING [NOT USED] 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 11/22/13 S.Arnold Added installation only pay item for electrical services 9 CITY OF FORT WORTH Deer Creek Park,Remington Poime Park. Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit} Project No.: 100418,100419, 002449 Revised November 22,2013 Division 31 Earthwork 31 10 00- 1 SITE CLEARING Page I of 5 l SECTION 31 10 00 2 SITE CLEARING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section hncludes: 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. 1 I 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 31 1000-2 SITE CLEARING Page 2 oi'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.Foi-tWorthTexas.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 WORTI 1 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 31 1000-3 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 U 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMEN'T'S City Project No.: 100418, 100419,CO2449 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 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 1. Abandoned utility pipes or conduits 15 J. Equipment 16 k. Trees 17 1. Fences 18 m. 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 31 1000-5 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 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 13 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMFINI'S City Project No.: 100418, 100419,002449 Revised December 20,2012 3123 16- 1 UNCLASSIFIED EXCAVATION Page 1 of 5 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 U 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—Borroiv 20 4. Section 31 24 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment[Measan•ement and pavnlellt method ill this Specification 23 should cool-dinate ivilh the method chosen In Section 3123 23 and Section 312-100.] 24 1. Excavation by Plan Quantity[This method requires the Design Engineer to 25 estiniate quantities. Care should he taken to veru)calculation procedures are in 26 accordance with all Specification Sections.] 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard in its final position 29 using the average end area method. Limits of measurement are shown on 30 the Drawings. 31 2) When measured by the cubic yard in its final position, this is a plans 32 quantity measurement Item. The quantity to be paid is the quantity shown 33 in the proposal, unless modified by Article 11.04 of the General 34 Conditions. Additional measurements or calculations will be made if 35 adjustments of quantities are required. 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 cubic yard of"Unclassified Excavation by Plan". No 40 additional compensation will be allowed for rock or shrinkage/swell 41 factors, as these are the Contractor's responsibility. 42 c. The price bid shall include: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2499 Revised January 28,2013 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) Excavation 2 2) Excavation Safety 3 3) Drying 4 4) Dust Control 5 5) Reworking or replacing the over excavated material in rock cuts 6 6) Hauling 7 7) Disposal of excess material not used elsewhere onsite 8 8) Scarification 9 9) Clean-up 10 2. Excavation by Surveyed Quantity/This melho(l is iniewled.for Projects in he(mih' 11 woo(lc(l(rreus or other ureas where the accuse-1,required to(lelermin g1taI711'lies 12 tbi-illeasuretticni atull)a1vineW is 11R(dtainahle(hiring 6leslgnj 13 a. Measurement 14 1) Measurement for this Item shall be by the cubic yard in its final position 15 calculated using the average end area or composite method. 16 a) The City will perform a reference survey once the Site has been cleared 17 to obtain existing ground conditions. 18 b) The City will perform a final post-construction survey. 19 c) The Contractor will be paid for the cubic yardage of Excavated material 20 calculated as the difference between the two surveys. 21 d) Partial payments will be based on estimated plan quantity 22 measurements calculated by the Engineer, 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Itern 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per cubic yard of"Unclassified Excavation by Survey". 27 c. The price bid shall include: 28 1) Excavation 29 2) Excavation Safety 30 3) Drying 31 4) Dust Control 32 5) Reworking or replacing the over excavated material in rock cuts 33 6) Hauling 34 7) Disposal of excess material not used elsewhere onsite 35 8) Scarification 36 9) Clean-up 37 1.3 REFERENCES [NOT USED] 38 A. Definitions 39 1. Unclassified Excavation—Without regard to materials, all excavations shall be 40 considered unclassified and shall include all materials excavated. Any reference to 41 Rock or other materials on the Drawings or in the specifications is solely for the 42 City and the Contractor's information and is not to be taken as a classification of 43 the excavation. 44 1.4 ADMINSTRATIVE REQUIREMENTS 45 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 46 01. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2499 Revised January 28,2013 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 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 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE,AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 31 25 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 31 25 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2499 Revised January 28,2013 31 23 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 I. Unacceptable Fill Material 7 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 31 24 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002499 Revised January 28,2013 31 23 16-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 31 24 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 31 24 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified: Blue Tcxt 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. 21 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2499 Revised January 28,2013 312323- I BORROW Page 1 of 6 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 3123 16— Llnclussified Exccn,ulion 13 4. Section 31 24 00—Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment[01,v Prnje cl A,Tanager shall desiguule tirhich measurement 16 Onlr one lnelhocl should 17 he providecl in finch Slwcificalion. The lnelhocl chosen in This Specificalion should he 18 coordinated with the melhod chosen in Se cliorn 3123 16 crud Seclion 3124 00.] 19 1. Borrow by Plan Quantity[!'his melhod is /he pre,k rencc o0he Citi,for most/ 20 profccls lnlless /here is a specific silnalion requiring another lnelhocl. This welliod 21 reguires the Design Engineer to eslinlcrle quanlilies. Cure should he luken to reri/y 22 calculuuion procedures are in uccol-Glance with all S1lecificalion Seclions.J 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`Borrow by Plan" for the various borrow 36 materials. No additional compensation will be allowed for rock or 37 shrinkage/swell factors, as these are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Furnishing, placing, compacting and finishing Borrow 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 31 23 23-2 BORROW Page 2 of 6 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess or waste material 4 8) Reworking or replacement of undercut material 5 2. Borrow by Surveyed Quantity["This nielhod is inlende(1 for•Projects in heavily 6 lroo(led(u-c as or olher areas inhere the accturacr required 10 defermirne quanlilies 7 ,for ineasurcinew andpaYmenl is unauainahlc during design.] 8 a. Measurement 9 1) Measurement for this Item shall be by the cubic yard in its final position 10 calculated using the average end area or composite method. 11 a) The City will perform a reference survey once the Site has been cleared 12 to obtain existing ground conditions. 13 b) The City will perform a final post-construction survey. 14 c) The Contractor will be paid for the cubic yardage of Borrow material 15 calculated as the difference between the two surveys. 16 (1) Borroir malerial m(nv also he required iPhen in-situ malerial is 17 considered unaccc plahle and must he rennrne(lji-om the silo. 18 d) Partial payments will be based on estimated plan quantity 19 measurements calculated by the Engineer. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement" will be paid for at the unit 23 price bid per cubic yard of"Borrow by Survey" for: 24 a) Various Borrow materials 25 c. The price bid shall include: 26 1) Transporting or hauling material 27 2) Furnishing, placing, compacting and finishing Borrow 28 3) Construction Water 29 4) Clean-up 30 5) Dust Control 31 6) Proof Rolling 32 7) Disposal of excess or waste material 33 8) Reworking or replacement of undercut material 34 3. Borrow by Delivered Quantity[This melhod is inlended for projecls trilh small 35 quanlilies of'Borroit, or 10 replace an tunknotrrn quantity of unsuilahle malerial, as 36 designaled by the Project Manager.J 37 a. Measurement 38 1) Measurement for this Item shall be by the cubic yard of loose Borrow 39 material as delivered to the Site and recorded by truck ticket provided to the 40 City. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under"Measurement" will be paid for at the unit 44 price bid per cubic yard of"Borrow by Delivery" delivered to the Site and 45 recorded by truck ticket for: 46 a) Various Borrow materials 47 c. The price bid shall include: 48 1) Transporting or hauling material 49 2) Furnishing, placing, compacting and finishing Borrow CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 31 2323-3 BORROW Page 3 of 6 1 3) Construction Water 2 4) Clean-up 3 5) Dust Control 4 6) Proof Rolling 5 7) Disposal of excess or waste material 6 8) Reworking or replacement of undercut material 7 1.3 REFERENCES 8 A. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. ASTM Standards 13 a. ASTM D2487, Standard Practice for Classification of Soils for Engineering 14 Purposes (Unified Soil Classification System) 15 b. ASTM D4318-10, Standard Test Methods for Liquid Limit, Plastic Limit, and 16 Plasticity Index of Soils 17 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 18 (Gradation)of Soils Using Sieve Analysis 19 d. ASTM D698, Standard Test Methods for Laboratory Compaction 20 Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft') 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS 23 A. Submittals shall be in accordance with Section 01 33 00. 24 B. All submittals shall be approved by the City prior to construction. 25 C. Submit laboratory tests reports for each soil borrow source used to supply general 26 borrow and select fill materials. 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Shop Drawings 29 1. Stockpiled Borrow material 30 a. Provide a description of the storage of the delivered Borrow material only if the 31 Contract Documents do not allow storage of materials in the right-of-way of the 32 easement. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE 36 A. Borrow material shall be tested prior to delivery to the Site. 37 1. Provide Proctor Test results, Gradation and Atterberg Limits for Borrow material 38 from each source. 39 a. All testing listed above shall be performed in terms of ASTM D698, ASTM 40 D6913 and ASTM D4318-10 respectively. CITY OF FORT WORTI l Deer Creek Park,Remington Pointe Park,Foster Park(South) s'rANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419.CO2449 Revised January 28,2013 31 23 23-4 BORROW Page 4 of 6 1 1.10 DELIVERY, STORAGE,AND HANDLING 2 A. Delivery 3 1. Coordinate all deliveries and haul-off. 4 B. Storage 5 1. Within Existing Rights-of-Way (ROW) 6 a. Borrow materials may be stored within existing ROW, easements or temporary 7 construction easements, unless specifically disallowed in the Contract 8 Documents. 9 b. Do not block drainage ways, inlets or driveways. 10 c. Provide erosion control in accordance with Section 31 25 00. 11 d. Store materials only in areas barricaded as provided in the traffic control plans. 12 e. In non-paved areas, do not store material on the root zone of any trees or in 13 landscaped areas. 14 2. Designated Storage Areas 15 a. If the Contract Documents do not allow the storage of Borrow materials within 16 the ROW, easement or temporary construction easement, then secure and 17 maintain an adequate storage location. 18 b. Provide an affidavit that rights have been secured to store the materials on 19 private property. 20 c. Provide erosion control in accordance with Section 31 25 00. 21 d. Do not block drainage ways. 22 e. Only materials used for 1 working day will be allowed to be stored in the work 23 zone. 24 1.11 FIELD CONDITIONS [NOT USED 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [NOT USED] 28 2.2 PRODUCT TYPES AND MATERIALS 29 A. Borrow 30 1. Additional soil beneath pavements, roadways, foundations and other structures 31 required to achieve the elevations shown on the Drawings. 32 2. Acceptable Fill Material 33 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 34 ASTM D2487 35 b. Free from deleterious materials, boulders over 6 inches in size and organics 36 c. Can be placed free from voids 37 d. Must have 20 percent passing the number 200 sieve 38 3. Blended Fill Material 39 a. In-situ soils classified as SP, SM, GP or GM in accordance with ASTM D2487 40 b. Blended with in-situ or imported Acceptable Fill material to meet the 41 requirements of an Acceptable Fill Material 42 c. Free from deleterious materials, boulders over 6 inches in size and organics CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised January 28,2013 3123 23-5 BORROW Page 5 of 6 1 d. Must have 20 percent passing the number 200 sieve 2 4. Select Fill 3 a. Classified as SC or CL in accordance with ASTM D2487 4 b. Liquid limit less than 35 5 c. Plasticity index between 8 and 20 6 5. Cement Stabilized Sand (CSS) 7 a. Sand or silty sand 8 b. Free of clay or plastic material 9 c. Minimum of 4 percent cement content of Type 1/II portland cement 10 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM I 1 D1633, Method A 12 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 13 D1633, Method A 14 f. Mix in a stationary pug mill, weigh-batch or continuous mixing plant 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 [NOT USED] 22 3.4 INSTALLATION 23 A. All Borrow placement shall be performed in accordance to Section 31 24 00. 24 3.5 REPAIR [NOT USED] 25 3.6 RE-INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL 27 A. Field quality control will be performed in accordance to Section 31 24 00. 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised January 28,2013 31 2323-6 BORROW Page 6 of 6 1 3.12 PROTECTION [NOT USED] 2 3.13 MAINTENANCE [NOT USED] 3 3.14 ATTACHMENTS [NOT USED] 4 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. 5 CITY OF FORT WORTH Deer Creek Park.Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised January 28,2013 312400-1 EMBANKMENTS Page I 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 I l 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. Seclion 3123 16 Unclassified Excavation 19 4. Section 3123 23 Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment[Meastn-etnenl and pavmew ntelhod in this Specificalion 22 should coordinctte it�ilh the melhod chosen in Section 3123 16 and Section 3123 23.] 23 1. Embankments by Plan Quantity[This ntelhod requires the Design Engineer to 24 estimate quantities. Cctre should he taken to vcriA,calculation procedto-es are in 25 accordance wilh all S1)eciftcc[lion Sections.] 26 a. Measurement 27 1) Measurement for this Item shall be by the cubic yard in its final position 28 using the average end area method. Limits of measurement are shown on 29 the Drawings. 30 2) When measured by the cubic yard in its final position,this is a plans 31 quantity measurement Item. The quantity to be paid is the quantity shown 32 in the proposal, unless modified by Article 11.04 of the General 33 Conditions.Additional measurements or calculations will be made if 34 adjustments of quantities are required. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement" will be paid for at the unit 38 price bid per cubic yard of"Embankment by Plan". No additional 39 compensation will be allowed for rock or shrinkage/swell factors, as these 40 are the Contractor's responsibility. 41 c. The price bid shall include: 42 1) Transporting or hauling material CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 312400-2 EMBANKMENTS Page 2 of 9 1 2) Placing, compacting, and finishing Embankment 2 3) Construction Water 3 4) Dust Control 4 5) Clean-up 5 6) Proof Rolling 6 7) Disposal of excess materials 7 8) Reworking or replacement of undercut material 8 2. Embankments by Surveyed Quantity[This inclhocl is intended for Projccls in 9 heavily tivooded areas or olher areas where the accuracy required to determine 10 quautilies jor measitremcnl and hcrymenl is unallainuhle during design.] 11 a. Measurement 12 1) Measurement for this Item shall be by the cubic yard in its final position 13 calculated using the average end area or composite method. 14 a) The City will perform a reference survey once the Site has been cleared 15 to obtain existing ground conditions. 16 b) The City will perform a final post-construction survey. 17 c) The Contractor will be paid for the cubic yardage of Embankment 18 calculated as the difference between the two surveys. 19 d) Partial payments will be based on estimated plan quantity 20 measurements calculated by the Engineer. 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 cubic yard of"Embankment by Survey". 25 c. The price bid shall include: 26 1) Transporting or hauling material 27 2) Placing, compacting, and finishing Embankment 28 3) Construction Water 29 4) Dust Control 30 5) Clean-up 31 6) Proof Rolling 32 7) Disposal of excess materials 33 8) Reworking or replacement of undercut material 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this specification refer to the current reference standard 37 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 Standards 40 a. ASTM D4318-10, Test Procedure for Determining Liquid Limit, Plastic Limit, 41 and Plasticity Index of Soils 42 b. ASTM D4943-08, Standard Test Method for Shrinkage Factors of Soils by the 43 Wax Method 44 c. ASTM D698-07e1, Standard Test Methods for Laboratory Compaction 45 Characteristics of Soil Using Standard Effort 46 d. ASTM D1557-09, Standard Test Methods for Laboratory Compaction 47 Characteristics of Soil Using Modified Effort CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised January 28,2013 312400-3 EMBANKMENTS Page 3 of 9 1 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 2 Weight and Water Content Range for Effective Compaction of Granular Soils 3 Using a Vibrating Hammer 4 f. ASTM D1556-07, Standard Test for Density and Unit Weight of Soil In-Place 5 by the Sand Cone Method 6 1.4 ADMINSTRATIVE REQUIREMENTS 7 A. Sequencing 8 1. Sequence work such that calls of proctors are complete in accordance with ASTM 9 D698 prior to commencement of construction activities. 10 1.5 SUBMITTALS 11 A. Submittals shall be in accordance with Section 01 33 00. 12 B. All submittals shall be approved by the City prior to construction 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 14 A. Shop Drawings 15 1. Stockpiled material 16 a. Provide a description of the storage of the excavated material only if the 17 Contract Documents do not allow storage of materials in the right-of-way or the 18 easement 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE,AND HANDLING 23 A. Storage 24 1. Within Existing Rights-of-Way(ROW) 25 a. Soil may be stored within existing ROW, easements or temporary construction 26 easements, unless specifically disallowed in the Contract Documents. 27 b. Do not block drainage ways, inlets or driveways. 28 c. Provide erosion control in accordance with Section 31 25 00. 29 d. When the Work is performed in active traffic areas, store materials only in 30 areas barricaded as provided in the traffic control plans. 31 e. In non-paved areas, do not store material on the root zone of any trees or in 32 landscaped areas. 33 2. Designated Storage Areas 34 a. If the Contract Documents do not allow the storage within the ROW, easement 35 or temporary construction easement, then secure and maintain an adequate 36 storage location. 37 b. Provide an affidavit that rights have been secured to store the materials on 38 private property. 39 c. Provide erosion control in accordance with Section 31 25 00. 40 d. Do not block drainage ways. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 312400-4 EMBANKMENTS Page 4 of 9 1 1.11 FIELD CONDITIONS 2 A. Existing Conditions 3 1. Any data which has been or may be provided on subsurface conditions is not 4 intended as a representation or warranty of accuracy or continuity between soils. It 5 is expressly understood that neither the City nor the Engineer will be responsible 6 for interpretations or conclusions drawn there from by the Contractor. 7 2. Data is made available for the convenience of the Contractor. 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS 10 2.1 OWNER-FURNISHED [NOT USED] 11 2.2 PRODUCT TYPES AND MATERIALS 12 A. Materials 13 1. Acceptable Fill Material 14 a. In-situ or imported soils classified as CL, CH, SC or GC in accordance with 15 ASTM D2487 16 b. Free from deleterious materials, boulders over 6 inches in size and organics 17 c. Can be placed free from voids 18 d. Must have 20 percent passing the number 200 sieve 19 2. Blended Fill Material 20 a. In-situ soils classified as GW, GP, GM, SW, SP, or SM in accordance with 21 ASTM D2487 22 b. Blended with in-situ or imported acceptable backfill material to meet the 23 requirements of an Acceptable Backfill Material 24 c. Free from deleterious materials, boulders over 6 inches in size and organics 25 d. Must have 20 percent passing the number 200 sieve 26 3. Unacceptable Fill Material 27 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 28 D2487 29 4. Select Fill 30 a. Classified as SC or CL in accordance with ASTM D2487 31 b. Liquid limit less than 35 32 c. Plasticity index between 8 and 20 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.: 100418, 100419,CO2449 Revised January 28,2013 31 24 00-5 EMBANKMENTS Page 5 of 9 1 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 2 2.4 ACCESSORIES [NOT USED] 3 2.5 SOURCE QUALITY CONTROL [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. Protection of In-Place Conditions 9 1. Pavement 10 a. Conduct activities in such a way that does not damage existing pavement that is 11 designated to remain. 12 b. Repair or replace any pavement damaged due to the negligence of the 13 contractor outside the limits designated for pavement removal at no additional 14 cost 15 2. Trees 16 a. When operating outside of existing ROW, stake permanent and temporary 17 construction easements. 18 b. Restrict all construction activities to the designated easements and ROW. 19 c. Flag and protect all trees designated to remain in accordance with Section 31 10 20 00. 21 d. Conduct embankments in a manner such that there is no damage to the tree 22 canopy. 23 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 24 specifically allowed by the City. 25 1) Pruning or trimming may only be accomplished with equipment 26 specifically designed for tree pruning or trimming. 27 3. Above ground Structures 28 a. Protect all above ground structures adjacent to the construction. 29 4. Traffic 30 a. Maintain existing traffic, except as modified by the traffic control plan, and in 31 accordance with Section 34 71 13. 32 b. Do not block access to driveways or alleys for extended periods of time unless: 33 1) Alternative access has been provided 34 2) Proper notification has been provided to the property owner or resident 35 3) It is specifically allowed in the traffic control plan 36 3.4 INSTALLATION 37 A. Embankments General 38 1. Placing and Compacting Embankment Material 39 a. Perform fill operation in an orderly and systematic manner using equipment in 40 proper sequence to meet the compaction requirements CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419.002449 Revised January 28,2013 312400-6 EMBANKMENTS Page 6 of 9 1 b. Scarify and loosen the unpaved surface areas, except rock,to a depth of at least 2 6 inches, unless otherwise shown on the Drawings 3 c. Place fill on surfaces free from trees, stumps, roots, vegetation, or other 4 deleterious materials 5 d. Bench slopes before placing material. 6 e. Begin filling in the lowest section or the toe of the work area 7 f. When fill is placed directly or upon older fill, remove debris and any loose 8 material and proof roll existing surface. 9 g. After spreading the loose lifts to the required thickness and adjusting its 10 moisture content as necessary, simultaneously recompact scarified material 11 with the placed embankment material. 12 h. Roll with sufficient number passes to achieve the minimum required 13 compaction. 14 i. Provide water sprinkled as necessary to achieve required moisture levels for 15 specified compaction 16 J. Do not add additional lifts until the entire previous lift is properly compacted. 17 2. Surface Water Control 18 a. Grade surface horizontally but provide with sufficient longitudinal and 19 transverse slope to allow for runoff of surface water from every point. 20 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 21 created. 22 c, Install temporary dewatering sumps in low areas during filling where excess 23 amounts of runoff collect. 24 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 25 free from humps and hollows that would prevent proper uniform compaction. 26 e. Do not place fill during or shortly after rain events which prevent proper work 27 placement of the material and compaction 28 f. Prior to resuming compaction operations,remove muddy material off the 29 surface to expose firm and compacted materials 30 B. Embankments for Roads 31 1. Only Acceptable Fill Material will be allowed for roadways 32 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 33 the finished grade of the street 34 3. Construct generally to conform to the cross section of the subgrade section as 35 shown in the Drawings. 36 4. Establish grade and shape to the typical sections shown on the Drawings 37 5. Maintain finished sections of embankment to the grade and compaction 38 requirements until the project is accepted. 39 C. Earth Embankments 40 1. Earth embankment is mainly composed of material other than rock. Construct 41 embankments in successive layers, evenly distributing materials in lengths suited 42 for sprinkling and rolling. 43 2. Rock or Concrete 44 a. Obtain approval from the City prior to incorporating rock and broken concrete 45 produced by the construction project in the lower layers of the embankment. 46 b. No Rock or Concrete will be permitted in embankments in any location where 47 future utilities are anticipated. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 312400-7 EMBANKMENTS Page 7 of 9 1 c. When the size of approved rock or broken concrete exceeds the layer thickness 2 place the rock and concrete outside the limits of the proposed structure or 3 pavement. Cut and remove all exposed reinforcing steel from the broken 4 concrete. 5 3. Move the material dumped in piles or windrows by blading or by similar methods 6 and incorporate it into uniform layers. 7 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 8 ensure there are no abrupt changes in the material. 9 5. Break down clods or lumps of material and mix embankment until a uniform 10 material is attained. 11 D. Rock Embankments 12 1. Rock embankment is mainly composed of rock. 13 2. Rock Embankments for roadways are only allowed when specifically designated on 14 the Drawings. 15 3. Construct rock embankments in successive layers for the full width of the roadway 16 cross-section with a depth of 18-inches or less. 17 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 18 case. Fill voids created by the large stone matrix with smaller stones during the 19 placement and filling operations. 20 5. Ensure the depth of the embankment layer is greater than the maximum dimension 21 of any rock. 22 6. Do not place rock greater than 18-inches in its maximum dimension. 23 7. Construct the final layer with graded material so that the density and uniformity is 24 in accordance compaction requirements. 25 8. The upper or final layer of rock embankments shall contain no material larger than 26 4 inches in their maximum dimension. 27 E. Density 28 1. Compact each layer until the maximum dry density as determined by ASTM D698 29 is achieved. 30 a. Not Under Roadway or Structure: 31 1) areas to be compacted in the open, not beneath any structure, pavement, 32 flatwork, or is a minimum of I foot outside of the edge of any structure, 33 edge of pavement, or back of curb. 34 a) Compact each layer to a minimum of 90 percent Standard Proctor 35 Density. 36 b. Embankments under future paving: 37 1) Compact each layer to a minimum of 95 percent standard proctor density 38 with a moisture content not to exceed+4 percent or-2 percent of optimum 39 moisture or as indicated on the Drawings 40 c. Embankments under structures: 41 1) Compacted each layer as indicated on the Drawings 42 F. Maintenance of Moisture and Reworking 43 1. Maintain the density and moisture content once all requirements are met. 44 2. For soils with a PI greater than 15, maintain the moisture content no lower than 4 45 percentage points below optimum. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 312400-8 EMBANKMENTS Page 8 of 9 1 3. Rework the material to obtain the specified compaction when the material loses the 2 required stability, density, moisture, or finish. 3 4. Alter the compaction methods and procedures on subsequent work to obtain 4 specified density as directed by the City. 5 3.5 REPAIR [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUAILITY CONTROL 8 A. Field Tests and Inspections 9 1. Proctors 10 a. The City will perform Proctors in accordance with ASTM D698. 11 b. Test results will generally be available to within 4 calendar days and distributed 12 to: 13 1) Contractor 14 2) City Project Manager 15 3) City Inspector 16 4) Engineer 17 c. Notify the City if the characteristic of the soil changes. 18 d. City will perform new proctors for varying soils: 19 1) When indicated in the geotechnical investigation in the Appendix 20 2) If notified by the Contractor 21 3) At the convenience of the City 22 e. Embankments where different soil types are present and are blended,the 23 proctors shall be based on the mixture of those soils. 24 2. Proof Rolling 25 a. Embankments under Future Pavement 26 1) City Project Representative must be on-site during proof rolling operations. 27 2) Use equipment that will apply sufficient load to identify soft spots that rut 28 or pump. 29 a) Acceptable equipment includes fully loaded single-axle water truck 30 with a 1500 gallon capacity. 31 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 32 4) Offset each trip by at most 1 tire width. 33 5) If an unstable or non-uniform area is found,correct the area. 34 6) Correct 35 a) Soft spots that rut or pump greater than 3/4 inch. 36 b) Areas that are unstable or non-uniform 37 7) If a non-uniform area is found then correct the area. 38 b. Embankments Not Under Future Paving 39 1) No Proof Rolling is required. 40 3. Density Testing of Embankments 41 a. Density Test shall be in conformance with ASTM D2922. 42 b. For Embankments under future pavement: 43 1) The City will perform density testing twice per working day when 44 compaction operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests, but the number of 46 test shall be appropriate for the area being compacted. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised January 28,2013 312400-9 EMBANKMENTS Page 9 of 9 1 3) Testing shall be representative of the current lift being compacted. 2 4) Special attention should be placed on edge conditions. 3 c. For Embankments not under future pavement or structures: 4 1) The City will perform density testing once working day when compaction 5 operations are being conducted. 6 2) The testing lab shall take a minimum of 3 density tests. 7 3) Testing shall be representative of the current lift being compacted. 8 d. Make the area where the embankment is being placed available for testing. 9 e. The City will determine the location of the test. 10 f. The City testing lab will provide results to Contractor and the City's Inspector 11 upon completion of the testing. 12 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 13 h. Test reports shall include: 14 1) Location of test by station number 15 2) Time and date of test 16 3) Depth of testing 17 4) Field moisture 18 5) Dry density 19 6) Proctor identifier 20 7) Percent Proctor Density 21 B. Non-Conforming Work 22 1. All non-conforming work shall be removed and replaced. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 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 I.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 32 CITY OF FORT WORTI I Decr Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418. 100419,CO2449 Revised January 28,2013 31 25 00- 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 (SWPPP) 7 and installation, maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan <1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 oT9 I a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics—Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications(DMS) 12 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan (SWPPP) 16 B. 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 SUBMITTALS/INFORMATIONAL 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 31 25 00-3 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 21/ 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 Deer Creek Park,Rcmington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENT'S City Project No.: 100418, 100419,002449 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 rninimum 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 Pennit 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 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 pen-nit. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 be at 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 1. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418. 100419.002449 Revised December 20,2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 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 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD IoR] 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. Perforin 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419.CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 31 3700-1 RIPRAP Page 1 of 10 1 SECTION 3137 00 2 RIPRAP 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing concrete, stone, cement-stabilized, or special riprap. 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 03 30 00—Cast-In-Place Concrete 13 4. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by the face square yard to the depth 18 specified of material complete in place. Volume will be computed on the basis 19 of the measured area and type, verified by field measurements. 20 2. Payment 21 a. The work performed and materials furnished in accordance with this Item and 22 measured as provided under"Measurement"will be paid for at the unit price 23 bid per square yard of"Riprap" installed for: 24 1) Various types 25 2) Various thicknesses 26 3) Various void-filling techniques 27 3. The price bid shall include: 28 a. Furnishing, hauling, and placing riprap 29 b. Filter fabric 30 c. Expansion joint material 31 d. Concrete and reinforcing steel 32 e. Excavation of toe wall trenches, as applicable 33 f. Excavation below natural ground or bottom of excavated channel, as applicable 34 g. Shaping of slopes, as applicable 35 h. Bedding 36 i. Grout and mortar 37 J. Scales 38 k. Test weights 39 1. Clean-up 40 1.3 REFERENCES 41 A. Reference Standards CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 313700-2 RIPRAP Page 2 of 10 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification, unless a date is specifically cited. 4 2. ASTM Standards 5 a. ASTM C 136-06, Standard Test Method for Sieve Analysis of Fine and Coarse 6 Aggregates 7 b. ASTM D7370-09, Standard Test Method for Determination of Relative Density 8 and Absorption of Fine, Coarse, and Blended Aggregate Using Combined 9 Vacuum Saturation and Rapid Submersion 10 c. ASTM C5240-04, Standard Test Method for, Testing Rock Slabs to Evaluate 11 the Soundness of Riprap by Use of Sodium Sulfate or Magnesium Sulfate 12 d. ASTM D4632-08, Standard Test Method for Grab Breaking Load and 13 Elongation of Geotextiles 14 e. ASTM D4533-04, Standard Test Method for Trapezoid Tearing Strength of 15 Geotextiles 16 f. ASTM D751-06, Standard Test Methods for Coated Fabrics 17 g. ASTM D4751-04, Standard Test Method for Determining Apparent Opening 18 Size of a Geotextile 19 h. ASTM D4491-99a, Standard Test Methods for Water Permeability of 20 Geotextiles by Permittivity 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL 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, STORAGE,AND HANDLING [NOT USED] 28 1.11 FIELD CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER-FURNISHED [NOT USED] 32 2.2 PRODUCT TYPES AND MATERIALS 33 A. Concrete Riprap 34 1. Use concrete with a compressive strength of 4,000 psi at 28-days, according to 35 Section 03 30 00, unless otherwise shown on the Drawings. 36 B. Stone Riprap 37 1. Unless otherwise shown on the Drawings, use durable natural stone with a 38 minimum bulk specific gravity of 2. Provide stone that has a maximum weight loss 39 of 18 percent after 5 cycles of magnesium sulfate solution and 14 percent after 5 40 cycles of sodium sulfate solution. CITY OF FORT WORTH Decr Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit Project No.: 100418, 100419.002449 Revised December 20,2012 31 37 00-3 RIPRAP Page 3 of 10 1 2. For all types of stone riprap perform a size verification test on the first 5,000 square 2 yards of finished riprap stone at a location determined by the Engineer. Weigh each 3 stone in a square test area with the length of each side of the square equal to 3 times 4 the specified riprap thickness. The weight of the stones, excluding spalls, should be 5 as specified below. Additional tests may be required. Do not place additional riprap 6 until the initial 5,000 square yards of riprap has been approved. 7 3. When specified, provide grout and mortar as defined as 1 part Portland cement to 3 8 parts sand and mixed with water until it achieves a consistency that will flow into 9 and completely fill all voids. 10 4. Provide filter fabric in accordance with Section 31 25 00. For slab riprap, provide 11 the filter fabric type shown on the Drawings 12 a. Large 13 1) Use stones between 50 and 250 pounds with a minimum of 50 percent of 14 the stones heavier than 100 pounds 15 b. Medium 16 1) Use stones between 50 and 250 pounds with a minimum of 40 percent of 17 the stones heavier than 100 pounds Use stones with at least 1 broad flat 18 surface. 19 c. Block 20 1) Use stones between 50 and 250 pounds. Use stones that are at least 3 inches 21 in their least dimension. Use stones that are at least twice as wide as they 22 are thick. When shown on the Drawings or approved, material may consist 23 of broken concrete removed under the Contract or from other approved 24 sources. Before placement of each piece of broken concrete, cut exposed 25 reinforcement flush with all surfaces. 26 d. Slab 27 1) Use boulders or quarried rock that meets the gradation requirements of 28 Table 1. Both the width and the thickness of each piece of riprap must be a 29 least 1/3 of the length. When shown on the Drawings or as approved, 30 material may consist of broken concrete removed under the Contract or 31 from other approved sources. Before placement of each piece of broken 32 concrete, cut exposed reinforcement flush with all surfaces. 33 2) Provide bedding stone that in-place meets the gradation requirements 34 shown in Table 2 or as otherwise shown on the Drawings. 35 Table 1 36 Ri ra Gradation Re uirements Thickness Maximum Size 90 percent Size' 50& Size' 8 percent Size, lb. Ib. lb. Minimum lb. 12 in. 200 80-180 30-75 3 15m. 320 170-300 60-165 1 20 18in. 530 290-475 105-220 22 21in. 800 460-720 175-300 25 24in. 1,000 550-850 200-325 30 1 3Oin. 2,600 1,150-2.50 400-900 40 37 38 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 100418, 100419,002449 Revised December 20,2012 313700-4 RIPRAP Page 4 of 10 1 Table 2 2 Bedding Stone Gradation Sieve Size(Square Mesh Percent by Weight Passing 3 inches 100 1-1/2 inches 50-80 3/4 inches 20-60 No. 4 0-15 No. 10 0-5 3 C. Special Riprap 4 1. Furnish materials for special riprap according to the Drawings. 5 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 6 2.4 ACCESSORIES [NOT USED] 7 2.5 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Dress slopes and protected areas to the line and grade shown on the Drawings before 14 the placement of riprap. Place riprap and toe walls according to details and dimensions 15 shown on the Drawings or as directed by the Engineer. 16 B. Concrete Riprap 17 1. Reinforce concrete riprap with No. 3 reinforcing bars spaced at a maximum of 18 18 inches in each direction unless otherwise shown. Provide a minimum 6-inch lap at 19 all splices. At the edge of the riprap, provide a minimum horizontal cover of 1 inch 20 and a maximum cover of 3 inches. Place the first parallel bar at most 6 inches from 21 the edge of concrete. Use approved supports to hold the reinforcement 22 approximately equidistant from the top and bottom surface of the slab. Adjust 23 reinforcement during concrete placement to maintain correct position. 24 2. As directed, sprinkle or sprinkle and consolidate the subgrade before the concrete is 25 placed. All surfaces must be moist when concrete is placed. 26 3. Compact each layer to a minimum of 95 percent standard proctor density with a 27 moisture content not to exceed +4 percent or-2 percent of optimum moisture or as 28 indicated on the Drawings. 29 4. After placing the concrete, compact and shape it to conform to the dimensions 30 shown on Drawings. After it has set sufficiently to avoid slumping, finish the 31 surface with a wood float to secure a smooth surface or broom finish as approved. 32 5. Immediately after the finishing operation, cure the riprap according to Section 03 33 3000. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 313700-5 RIPRAP Page 5 of'10 1 C. Stone Riprap 2 1. Provide the following types of stone riprap when shown on the Drawings. 3 a. Dry Riprap 4 1) Dry riprap is stone riprap with voids filled with only spalls or small stones. 5 b. Grouted Riprap 6 1) Grouted riprap is Type Large, Medium, or Block stone riprap with voids 7 grouted after all the stones are in place. 8 c. Mortared Riprap 9 1) Mortared riprap is Medium stone riprap laid and mortared as each stone is 10 placed. 11 2. Use spalls and small stones lighter than 25 pounds to fill open joints and voids in 12 stone riprap, and place to a tight tit. 13 3. Do not place mortar or grout when the air temperature is below 35 degrees 14 Fahrenheit. 15 4. Protect work from rapid drying for at least 3 days after placement. Unless otherwise 16 approved, place filter fabric with the length running up and down the slope. Ensure 17 fabric has a minimum overlap of 2 feet. 18 5. Secure fabric with nails or pins. Use nails at least 2 inches long with washers or U- 19 shaped pins with legs at least 9 inches long. Space nails or pins at a maximum of 10 20 feet in each direction and 5 feet along the seams. Alternative anchorage and spacing 21 may be used when approved. 22 6. Large 23 a. Construct riprap as shown in Figure 1 and as shown on the Drawings. Place 24 stones in a single layer with close joints so that most of their weight is carried 25 by the earth and not by the adjacent stones. 26 b. Place the upright axis of the stones at an angle of approximately 90 degrees to 27 the embankment slope. 28 c. Place each course from the bottom of the embankment upward with the larger 29 stones in the lower courses. 30 d. Fill open joints between stones with spalls. 31 e. Place stones to create a uniform finished top surface. Do not exceed a 6-inch 32 variation between the tops of adjacent stones. Replace, embed deeper, or chip 33 away stones that project more than the allowable amount above the finished 34 surface. 35 f. When the Drawings require Large stone riprap to be grouted, prevent earth, 36 sand, or foreign material from filling the spaces between the stones. After the 37 stones are in place, thoroughly wet the stones, fill the spaces between the stones 38 with grout, and pack. Sweep the surface of the riprap with a stiff broom after 39 grouting. 40 7. Medium 41 a. Dry Placement 42 1) Construct riprap as shown in Figure 2. Set the flat surface on a prepared 43 horizontal earth bed, and overlap the underlying course to secure a lapped 44 surface. 45 2) Place the large stones first, roughly arranged in close contact. Fill the 46 spaces between the large stones with suitably sized stones placed to leave 47 the surface evenly stepped and conforming to the contour required. 48 3) Place stone to drain water down the face of tile slope. CITY OF FORT WORTII Deer Creek Park,Remington Pointe Park,Poster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 313700-6 RIPRAP Page 6 of 10 1 b. Grouting 2 1) Construct riprap as shown in Figure 3. Size, shape, and lay large flat- 3 surfaced stones to produce an even surface with minimal voids. 4 2) Place stones with the flat surface facing upward parallel to the slope. Place 5 the largest stones near the base of the slope. 6 3) Fill spaces between the larger stones with stones of suitable size, leaving 7 the surface smooth, tight, and conforming to the contour required. 8 4) Place the stones to create a plane surface with a maximum variation of 6 9 inches in 10 feet from true plane. Provide the same degree of accuracy for 10 warped and curved surfaces. 11 5) Prevent earth, sand or foreign material from filling the spaces between the 12 stones. After the stones are in place, thoroughly wet them, fill the spaces 13 between them with grout, and pack. Sweep the surface with a stiff broom 14 after grouting. 15 c. Mortaring 16 1) Construct riprap as shown in Figure 2. Lap courses as described for dry 17 placement. Before placing mortar, wet the stones thoroughly. 18 2) As the larger stones are placed, bed them in fresh mortar and shove 19 adjacent stones into contact with one another. 20 3) After completing the work, spread all excess mortar forced out during 21 placement of the stones uniformly over them to fill all voids completely. 22 Point up all joints roughly either with flush joints or with shallow, smooth- 23 raked joints as directed. 24 D. Block 25 1. Construct riprap as shown in Figure 4. Place stones on a bed excavated for the base 26 course. Bed the base course of stone well into the ground with the edges in contact. 27 Bed and place each succeeding course in even contact with the preceding course. 28 2. Use spalls and small stones to fill any open joints and voids in the riprap. Ensure 29 the finished surface presents an even, tight surface, true to the line and grades of the 30 typical sections. 31 3. When the Drawings require grouting Block stone riprap, prevent earth, sand, or 32 foreign material from tilling the spaces between the stones. After the stones are in 33 place, wet them thoroughly, fill the spaces between them with grout, and pack. 34 Sweep the surface with a stiff broom after grouting. 35 E. Slab 36 1. Construct riprap as shown in Figure 5. Place riprap stone on the slopes within the 37 limits shown on the Drawings. Place stone for riprap on the bedding material to 38 produce a reasonably well-graded mass of riprap with the minimum practicable 39 percentage of voids. 40 2. Construct the riprap to the lines and grades shown on the Drawings or staked in the 41 field. A tolerance of+6 inches and -0 inch from the slope line and grades shown on 42 the Drawings is allowed in the finished surface of the riprap. 43 3. Place riprap to its full thickness in a single operation. Avoid displacing the bedding 44 material. Ensure that the entire mass of stones in their final position is free from 45 objectionable pockets of small stones and clusters of larger stones. CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 31 37 00-7 RIPRAP Page 7 of 10 1 4. Do not place riprap in layers, and do not place it by dumping it into chutes, 2 dumping it from the top of the slope, pushing it from the top of the slope, or any 3 method likely to cause segregation of the various sizes. 4 5. Obtain the desired distribution of the various sizes of stones throughout the mass by 5 selective loading of material at the quarry or other source or by other methods of 6 placement that will produce the specified results. 7 6. Rearrange individual stones by mechanical equipment or by hand if necessary to 8 obtain a reasonably well-graded distribution of stone sizes. 9 F. Special Riprap 10 1. Construct special riprap according to the Drawings. 11 3.5 REPAIR [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 21 22 23 24 25 Grout when Q.s specified 26 � 7 It 27 9" min pNa 28 Slope of 29 embankment Upright axes of stone 30 perpendicular to slope e 1'-6" min 3] 32 33 Figure 1 - Large stone riprap, dry or grouted. 34 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 31 3700-8 RIPRAP Page 8 of 10 1 0� 2 y o 0 3 4 Grout when specified J, 5 ?. f. Flat side up 7 6 9 min 7 Slope of embankment 8 9 = 10 wc ,E 1'-6" min 11 12 Figure 2 - Medium stone riprap, dry or grouted. 13 14 15 16 17 Mortar when 18 specified �. 19 9" min- 20 Slope of 21 embankment 22 23 24 .6 1'-6" min 25 �- 26 27 Figure 3 - Medium stone riprap, mortared. 28 29 30 CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 31 37 00-9 RIPRAP Page 9 of 10 d Grout when specified Multiple layers Imore than one A rock depth? A 4" min Slope of embankment �.e 1'-6" min 1 Figure 4— Block stone riprap, dry or grouted. 3 �w Slope of E embankment N E H Filter fabric N Y u_ r 2 times thickness min 4 5 Figure 5 —Slab stone riprap 6 7 END OF SECTION CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMFNfS City Project No.: 100418, 100419,002449 Revised December 20,2012 31 3700- 10 RIPRAP Page 10 of 10 1 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 3 A.B.—defined compaction requirements beneath concrete rip rap CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 Division 32 Exterior Improvements 3201 17- 1 PERMANENT ASPHAL'r PAVING REPAIR Page 1 oI'5 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include, but not limited to: 7 a. Utility cuts(water, sanitary sewer, drainage, franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 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 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 34 16—Concrete Base Material for Trench Repair 19 4. Section 32 12 16—Asphalt Paving 20 5. Section 32 13 13 —Concrete Paving 21 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair[For utilitl,french rclmir, relmir w0th is io inch0c the 25 width be Fond the trench shown in the Draii ings(/s hell(/s u1n,(Oditional rri(lth 26 reyl/n'e(l(11-oloul st1"1/ct1/res. 27 a. Measurement 28 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 29 Repair based on the defined width and roadway classification specified in 30 the Drawings. 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 price per linear foot of Asphalt Pavement Repair. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading, unloading, storing, hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action CITY OF FOR'r WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 6) Trial batches 2 7) Tack coat 3 8) Removal and/or sweeping excess material 4 2. Asphalt Pavement Repair for Utility Service Trench 5 a. Measurement 6 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 7 Repair centered on the proposed sewer service line measured from the face 8 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for at the unit 12 price bid price per linear foot of"Asphalt Pavement Repair, Service" 13 installed for: 14 a) Various types of utilities 15 c. The price bid shall include: 16 1) Preparing final surfaces 17 2) Furnishing, loading, unloading, storing, hauling and handling all materials 18 including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt, aggregate, and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 25 3. Asphalt Pavement Repair Beyond Defined Width 26 a. Measurement 27 1) Measurement for this [tem will be by the square yard for asphalt pavement 28 repair beyond pay limits of the defined width of Asphalt Pavement Repair 29 by roadway classification specified in the Drawings. 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 square yard of Asphalt Pavement Repair Beyond Defined 34 Width. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading, unloading, storing, hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action 42 6) Trial batches 43 7) Tack coat 44 8) Removal and/or sweeping excess material 45 4. Extra Width Asphalt Pavement Repair 46 a. Measurement 47 1) Measurement for this Item will be by the square yard for surface repair 48 (does not include base repair) for: 49 a) Various thicknesses CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20.2012 3201 17-3 PERMANENTASPHALT PAVING REPAIR Page 3 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 yard of Extra Width Asphalt Pavement Repair 5 c. The price bid shall include: 6 1) Preparing final surfaces 7 2) Furnishing, loading, unloading, storing, hauling and handling all materials 8 including freight and royalty 9 3) Traffic control for all testing 10 4) Asphalt, aggregate, and additive 11 5) Materials and work needed for corrective action 12 6) Trial batches 13 7) Tack coat 14 8) Removal and/or sweeping excess material 15 1.3 REFERENCES 16 A. Definitions 17 1. H.M.A.C. — Hot Mix Asphalt Concrete 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Permitting 20 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 21 and Public Works Department in conformance with current ordinances. 22 2. The Transportation and Public Works Department will inspect the paving repair 23 after construction. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.11 DELIVERY, STORAGE,AND HANDLING [NOT USED] 31 1.12 FIELD CONDITIONS 32 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 33 rising unless otherwise approved. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C. paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair, remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placernent in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 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 22 END OF SECTION 23 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..lohnson of repair width on utility trench repair:Added a bid item for utility service trench repair. 24 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20.2012 3201 18- 1 TEMPORARY ASPHALT PAVING REPAIR Page I of 1 SECTION 32 0118 2 TEMPORARY ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Utility cuts(water, sanitary sewer, drainage, etc.) along streets programmed for 7 total reconstruction under a Capital Improvement Program or resurfacing under a 8 Street Maintenance Program. 9 2. Repairs of damage caused by Contractor 10 3. Any other temporary pavement repair needed during the course of construction. 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 32 11 23 - Flexible Base Courses 17 4. Section 32 12 16 - Asphalt Paving 18 5. 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. Measurement for this Item shall be by the linear foot of Temporary Asphalt 23 Paving Repair. 24 2. Payment 25 a. The work performed and materials 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 Temporary Asphalt Paving Repair. No additional 28 payment will be provided for repairs of damage to adjacent pavement caused by 29 the Contractor. 30 3. The price bid shall include: 31 a. Preparing final surfaces 32 b. Furnishing, loading, unloading, storing, hauling and handling all materials 33 including freight and royalty 34 c. Traffic control for all testing 35 d. Asphalt, aggregate, and additive 36 e. Materials and work needed for corrective action 37 f. Trial batches 38 g. Tack coat 39 h. Removal and/or sweeping excess material 40 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit} Project No.: 100418, 100419,002449 Revised December 20,2012 3201 18-2 TEMPORARY ASPHALT PAVING REPAIR Page 2 of 3 1 1.3 REFERENCES 2 A. Definitions 3 1. H.M.A.C.— Hot Mix Asphalt Concrete 4 1.4 ADMINISTRATIVE REQUIREMENTS 5 A. Permitting 6 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 7 and Public Works Department in conformance with current ordinances. 8 2. The Transportation and Public Works Department will inspect the paving repair 9 after construction. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. Asphalt Pavement Mix Design: submit for approval. Section 32 12 16. 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 CONDITIONS 18 A. Weather Conditions: Place mixture when the roadway surface temperature is 40 degrees 19 F or higher and rising unless otherwise approved. 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED [NOT USED] 23 2.2 MATERIALS 24 A. Backfill: see Section 33 05 10. 25 B. Base Material 26 1. Flexible Base: Use existing base and add new flexible base as required in 27 accordance with Section 32 11 23. 28 C. Asphalt Concrete: See Section 32 12 16. 29 1. H.M.A.C. paving: Type D. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3201 18-3 TEMPORAIZY ASPHALT PAVING REPAIR Page 3 of 3 1 3.1 INSTALLERS [NOT USED] 2 3.2 EXAMINATION [NOT USED] 3 3.3 PREPARATION [NOT USED] 4 3.4 INSTALLATION 5 A. Removal 6 1. Use an approved method that produces a neat edge. 7 2. Use care to prevent fracturing existing pavement structure adjacent to the repair 8 area. 9 B. Base 10 1. Install flexible base material per detail. 11 2. See Section 32 11 23. 12 C. Apshalt Paving 13 1. H.M.A.C. placement: in accordance with Section 32 12 16. 14 2. Type D surface mix. 15 3.5 REPAIR/RESTORATION [NOT USED] 16 3.6 RE-INSTALLATION [NOT USED] 17 3.7 FIELD QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 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 12/20/2012 D..lohnson 1.2.A—Modified Items to be included in price hid 27 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 321123- I FLEXIBLE BASE COURSES Page l of 7 1 SECTION 32 1123 2 FLEXIBLE BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 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. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under"Measurement"will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting 33 1.3 REFERENCES 34 A. Definitions 35 1. RAP—Recycled Asphalt Pavement. 36 B. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 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. ASTM International (ASTM): CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 1123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-Ibf/ft3 (600 kN-m/m3)) 3 3. Texas Department of Transportation(TXDOT): 4 a. Tex-104-E, Determining Liquid Limits of Soils 5 b. Tex-106-E, Calculating the Plasticity Index of Soils 6 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils 7 d. Tex-1 l0-E, Particle Size Analysis of Soils 8 e. Tex-1 16-E, Ball Mill Method for Determining the Disintegration of Flexible 9 Base Material 10 f. Tex-1 l7-E, Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-41 l-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS [NOT USED] 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit, plastiCity index, and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 39 aggregates to meet the requirements of Table 1, unless shown on the Drawings. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20.2012 32 11 23-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 Table 1 3 Material Requirements Property Test Method Grade I F Grade 2 Master gradation sieve size(%retained) 2-1/2 in. — 0 1. 1-3/ ! 0 0-10 7/8 in. Tex- 10-E 10-35 — 3/8 in. 1 30-50 — No.4 i 45-65 45-75 No.40 70-85 60-85 Li uid limit,%max. Tex-104-E 355 PlastiCit index,max.' Tex-106-F. 10 12 Wet ball mill,%max.' 40 45 Wet ball mill,%max. Tex-1 16-E increase passing the 20 20 I No.40 sieve _ Classification' 1.0 1.1-2.3 Min.compressive strength',psi Tex-I 17-E lateral pressure 0 psi 1 45 35 lateral pressure 15 psi �_ 175 175 I.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex-41 I-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings, no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No. 4 10 and larger or 3 percentage points on sieves smaller than No. 4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit. No single failing test may exceed the 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 1) Type A 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single, naturally occurring source. 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 32 11 23-4 FLEXIBLE BASE COURSES Page 4 of 7 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver, place, and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. 30 a) Acceptable equipment includes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non-uniform area is found, correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3/4 inch 37 2) Areas that are unstable or non-uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF PORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICA"r10N DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly, free of loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 4 shown on the Drawings or as directed. 5 3. Haul approved flexible base in clean, covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery, tools, and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. 14 b. When specific types of equipment are required, use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 1) Instead of the specified equipment, the Contractor may, as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings, while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction 35 methods required for the first course. 36 D. Compaction 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. 44 2. Rolling CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 32 11 23-6 FLEXIBLE[SASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves, begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework, recompact, and refinish material that fails to meet or that loses 8 required moisture, density, stability, or finish before the next course is placed or 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on-site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single-axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non-uniform area is found, correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non-uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected, adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course, due to any reason, lose the required 37 stability, density and finish before the surfacing is complete, it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction, clip, skin, or tight-blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during rolling. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 11 23-7 FLEXIBLE[SASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines, and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening, adding, or removing material. 7 8. Reshape and recompact in accordance with 3A.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City(1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 321313- I CONCRETE PAVING Page 1 of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART 1 - 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 01 29 - 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 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 I 1 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 1. C172, 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. C1602, 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13-3 CONCRETE PAVING Page 3 of 21 l 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient I 1 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting(ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C 150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C 1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418. 100419,CO2449 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 Txlll 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 SpecPoxy3000FS 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 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 1. 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 Deer Creck Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 32 13 13-6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials 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 dainp 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 rnix 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 l 1) 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete may be 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 Dcer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised Dccembcr 20,2012 321313-8 CONCRETE PAVING Paye 8 of 21 1 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 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 I 1 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 I Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 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 SlUrnp 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 321313-U 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 Deer Creek Park.Remington Pointe Park.Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 shal l be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. 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 1 1) 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 WORTi I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCt 1MFNTS City Protect No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13-11 CONCRETE PAVING Page l l 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 321313- 12 CONCRETE PAVING Page 12 01'21 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13- 13 CONCRETE PAVING Page 13 ot21 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 321313-14 CONCRETE PAVING Page 14 ot21 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 30-1-ninutes 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 2.2.1 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMFN1'S City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13- 15 CONCRETE PAVING Page 15 of 21 I 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 I Max Time—minutes (at point of lacement) (no retarding agent) (with retarding agent) Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 Cit Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 1 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 321313-16 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. 1 1 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 1. 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 C156 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMLNTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 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 01 29. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 32 13 13- 18 CONCRETE PAVING Page 18 of 21 I 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 ►nade, 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No.: 100418, 100419,002449 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 All 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 Cit 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 Decr Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 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 I 1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENT S City Project No.: 100418, 100419,CO2449 Revised December 20,2012 32 13 13-21 CONCRETE PAVING Page 21 of 21 1 END OF SECTION 7 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.D—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 321320- 1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 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 Curb at Back of Sidewalk(6 to 12 inch max) 33 a. Measurement 34 1) Measurement for this Itern shall be by the linear foot of completed and 35 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 36 height at back of walk in its final position. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" will be paid for at the unit 40 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 41 c. The price bid shall include: 42 1) Excavating and preparing the subgrade CITY OF FORT WORTH Deer Creek Park.Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5,2018 32 13 20-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 6 1 2) Furnishing and placing all materials, including concrete and reinforcing 2 steel 3 3) Excavation in back of"retaining" curb 4 4) Furnishing, placing, and compacting backfill 5 3. Concrete Driveway 6 a. Measurement 7 1) Measurement for this Item shall be by the square foot of completed and 8 accepted Concrete Driveway in its final position for various: 9 a) Thicknesses 10 b) Types 11 2) Dimensions will be taken from the back of the projected curb, including the 12 area of the curb radii and will extend to the limits specified in the Drawings. 13 3) Sidewalk portion of drive will be included in driveway measurement. 14 4) Curb on drive will be included in the driveway measurement. 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 square foot of Concrete Driveway. 19 c. The price bid shall include: 20 1) Excavating and preparing the subgrade 21 2) Furnishing and placing all materials 22 4. Barrier Free Ramps 23 a. Measurement 24 1) Measurement for this Item shall be per each Barrier Free Ramp completed 25 and accepted for various: 26 a) Types 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per each "Barrier Free Ramp" installed. 31 c. The price bid shall include: 32 1) Excavating and preparing the subgrade 33 2) Furnishing and placing all materials 34 3) Curb Ramp 35 4) Landing and detectable warning surface as shown on the Drawings 36 5) Adjacent flares or side curb 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. TAS—Texas Accessibility Standards 40 2. TDLR—Texas Department of Licensing and Regulation 41 B. Reference Standards 42 1. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification, unless a date is specifically cited. 45 2. American Society for Testing and Materials(ASTM) 46 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 47 Construction (Non-extruding and Resilient Types) CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5,2018 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 2 Standard Effort(12,400 ft-lbf/413) 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Mix Design: submit for approval. Section 32 13 13. 7 B. Product Data: submit product data and sample for pre-cast detectable warning for 8 barrier free ramp. 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: Placement of concrete shall be as specified in 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: wood or metal straight, free from warp and of a depth equal to the thickness of 20 the finished work. 21 B. Concrete: see Section 32 13 13. 22 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 23 class for concrete sidewalks, driveways and barrier free ramps is shown in the 24 following table: 25 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 26 C. Reinforcement: see Section 32 13 13. 27 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed 28 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 29 otherwise shown on the Drawings or detailed specifications. 30 D. Joint Filler 31 1. Wood Filler: see Section 32 13 13. 32 2. Pre-Molded Asphalt Board Filler 33 a. Use only in areas where not practical for wood boards. CITY OF FORT WORTH Deer Creek Park-,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised June 5,2018 32 13 20-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 b. Pre-molded asphalt board tiller: ASTM D545. 2 c. Install the required size and uniform thickness and as specified in Drawings. 3 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 4 mixture of asphalt and vegetable fiber and/or mineral filler. 5 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Surface Preparation 13 1. Excavation: Excavation required for the construction of sidewalks, driveways and 14 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 15 established by the City. 16 2. Fine Grading 17 a. The Contractor shall do all necessary filling, leveling and fine grading required 18 to bring the subgrade to the exact grades specified and compacted to at least 90 19 percent of maximum density as determined by ASTM D698. 20 b. Moisture content shall be within minus 2 to plus 4 of optimum. 21 c. Any over-excavation shall be repaired to the satisfaction of the City. 22 B. Demolition/Removal 23 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 24 3.4 INSTALLATION 25 A. General 26 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 27 2. Sidewalks constructed in driveway approach sections shall have a minimum 28 thickness equal to that of driveway approach or as called for by Drawings and 29 specifications within the limits of the driveway approach. 30 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 31 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 32 The construction of the driveway approach shall include the variable height radius 33 curb in accordance with the Drawings. 34 4. All pedestrian facilities shall comply with provisions of TAS including location, 35 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 36 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 37 separate pay). 38 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 39 position during the depositing of concrete. 40 C. Reinforcement: see Section 32 13 13. 41 D. Concrete Placement: see Section 32 13 13. CiTY OF FORT WORTi 1 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised June 5,2018 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 E. Finishing 2 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 3 even surface. 4 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 5 3. Provide exposed aggregate finish if specified. 6 4. Edge joints and sides shall with suitable tools. 7 F. Joints 8 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 9 using redwood. 10 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 11 foot intervals for 5 foot wide and greater sidewalk. 12 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 13 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 14 Similar material shall be placed around all obstructions protruding into or through 15 sidewalks or driveways. 16 4. All expansion joints shall be 1/2 inch in thickness. 17 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 18 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 19 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 20 marking tool. 21 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 22 G. Barrier Free Ramp 23 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 24 manufactured by StrongGo Industries or approved equal by the City. 25 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 26 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 27 landing where the pedestrian access route enters the street. 28 3. Locate detectable warning surface so that the edge nearest the curb line is a 29 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 30 curb. 31 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 32 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised June 5,2018 32 13 20-6 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED[ 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION Revision Lou 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:tram. . .square foot of Concrete Sidewalk. to. . .each"Barrier Free Ramp-installed. .lune 5.2018 M Owen Revised Measurement and Payment.section. 12 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5.2019 321373- 1 CONCRETE PAVING.IOINT SEALANTS Page 1 o1'4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PARTI - 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 32 13 73-2 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 I l 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 32 13 73-3 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 I 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 32 13 73-4 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 1 1 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, dry joints 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 o1`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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised October 05,2016 32 16 13-2 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 SUBMITTALSANFORMATIONAL 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised October 05,2016 32 16 13-3 CONCRETE CUIZ13 AND GUTTERS AND VALLEY GUTTERS Parc 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 Dccr Creek Park,Remington Pointe Park,Fostcr Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised October 05,2016 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 ot'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 REPAIRIRESTORATION [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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 C172 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. Perforin 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 perforined 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised October 05,2016 32 16 13-6 CONCRETE.CURB AND GUTTERS AND VALLEY GUTTERS Page 6 of 6 1 3.9 ADJUSTING [NOT USED] 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 2.2.13.1 and Subsection 3.7 9 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised October 05,2016 321723- 1 PAVEMENT MARKINGS Page 1 ot'I I I 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-2 PAVEMENT MARKINGS Page 2 of I 1 I I) The work performed and materials furnished in accordance with this Item 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 Pvrnt 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 sway 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-4 PAVEMENT MARKINGS Page 4 of 1 I 1 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 01 33 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 01 60 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 01 25 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENT'S City Project No.: 100418, 100419,CO2449 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 ol'1 I 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges, square ends and no 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 1 1) 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 t) 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 unifonn cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be unifonn throughout the 49 markings. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) Tile 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'/2 inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 1 1) 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 11-C-R, white body, 1 face reflects white,the other red 49 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-7 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 (mph) <30 35-50 >55 2-lane roads with centerline n/a 100 250 markings only(1) All other roads (2) 1 n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/m2/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 Q. When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking rctroreflectivity 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised November 22,2013 32 1723-8 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 1 10 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 tithe 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMI-NTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-9 PAVEMENT MARKINGS Page 9 of I I I 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 H. 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 32 1723-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal, Work shall be 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 /4 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. 1 1 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 PORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 321723-11 PAVEMENT MARKINGS Page I 1 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 scaler language 12 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,(roster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 22,2013 323213- I CAST-IN-PLACE CONCRETE RETAINING WALLS Page I of 6 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall adjacent to concrete sidewalk 7 (3 foot maximum height) of the size and shape detailed on the Drawings and at the 8 location shown on the Drawings. 9 2. Construction of TxDOT standard cast-in-place, spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the I 1 Drawings. 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 03 30 00 - Cast-in-Place Concrete 18 4. Section 31 23 16—Unclassified Excavation 19 5. Section 31 23 23 - Borrow 20 6. Section 31 24 00 - Embankments 21 7. Section 32 13 20 - Concrete Sidewalks, Driveways and Barrier Free Ramps 22 8. Section 33 46 00 - Subdrainage 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Retaining Wall Adjacent to Sidewalk 26 a. Measurement 27 1) Measurement for this Item shall be by the square foot of the front surface of 28 the wall (face)from the top of the adjacent sidewalk to the top of the wall. 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 square foot of Concrete Retaining Wall Adjacent to Sidewalk 33 constructed. 34 c. The price bid shall include: 35 1) Excavation in back of Retaining Walls 36 2) Furnishing and placing footings 37 3) Leveling pads and copings 38 4) Furnishing, placing, and compacting backfill (except in embankment areas) 39 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, 40 filter material and drain pipe,joint material, water stop, and filter fabric 41 when required CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5,2018 3232 13-2 CAST-IN-PLACE CONCRETE.RETAINING WALLS Page 2 of 6 1 6) Fabricating, curing, and finishing wall including special coatings when 2 specified 3 2. Concrete Sidewalk Adjacent to Retaining Wall 4 a. Measurement 5 1) Measurement for this Item shall be by the square foot of completed and 6 accepted Concrete Sidewalk Adjacent to Retaining Wall in its final 7 position. Measurement shall be taken from face of wall to edge of concrete 8 sidewalk. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this item i l and measured as provided Linder"Measurement"will be paid for at the unit 12 price bid per square foot of Concrete Sidewalk Adjacent to Retaining Wall 13 installed. 14 c. The price bid shall include: 15 1) Excavating and preparing the subgrade 16 2) Furnishing and placing all materials 17 3. TxDOT Standard—Spread Footing Walls 18 a. Measurement 19 1) Measurement for this Item shall be by the square foot of the front surface of 20 the wall. Unless otherwise shown on the Drawings, measure area from 21 finished ground line on the face of the exterior wall to the top of the wall 22 including any coping required (not including railing). 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 square foot of Spread Footing Wall constructed. 27 c. The price bid shall include: 28 1) Excavation in back of Retaining Walls 29 2) Furnishing and placing footings 30 3) Leveling pads and copings 31 4) Furnishing, placing, and compacting backfill (except in embankment areas) 32 5) Furnishing and placing concrete, reinforcing steel, waterproofing material, 33 filter material and drain pipe,joint material, water stop, and filter fabric 34 when required 35 6) Fabricating, curing, and finishing wall including special coatings when 36 specified 37 1.3 REFERENCES 38 A. Definitions 39 1. Permanent Wall - Retaining wall with a design service life of 75 years. All walls 40 are presumed to be permanent walls unless otherwise specified in the Drawings. 41 B. Reference standards cited in this specification refer to the current reference standard 42 published at the time of the latest revision date logged at the end of this specification, 43 unless a date is specifically cited. 44 1. ASTM International (ASTM): 45 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 46 Permittivity 47 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles CiTY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised June 5,2018 32 32 13-3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 6 1 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 2 Geotextiles 3 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 4 Geotextile 5 2. Texas Department of Transportation (TXDOT), Standard Specifications for 6 Construction and Maintenance of Highways and Bridges: 7 a. 1 10, Excavation 8 b. 132, Embankment 9 c. 400, Excavation and Backfill for Structures 10 d. 420, Concrete Structures 11 e. 421, Hydraulic Cement Concrete 12 f. 423, Retaining Walls 13 g. 440, Reinforcing Steel 14 h. 445, Galvanizing 15 i. 458, Waterproofing Membranes for Structures 16 J. 556, Pipe Underdrains 17 3. TxDOT Standard—Spread Footing Walls 18 a. RW 1 (L) A—Low Footing Pressure, Design A Retaining Walls 19 b. RW 1 (L) B—Low Footing Pressure, Design B Retaining Walls 20 c. RW 1 (L) C—Low Footing Pressure, Design C Retaining Walls 21 d. RW 1 (H)A—High Footing Pressure, Design A Retaining Walls 22 e. RW 1 (H) B—High Footing Pressure, Design B Retaining Walls 23 f. RW 1 (H) C—High Footing Pressure, Design C Retaining Walls 24 g. RW 2— Retaining Wall Miscellaneous Details 25 4. Texas Department of Transportation (TXDOT), Manual of Testing Procedures: 26 a. Tex-616-J, Construction Fabrics 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. See Section 03 30 00. 30 1.6 ACTION SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. See Section 03 30 00. 35 1.10 DELIVERY, STORAGE,AND HANDLING 36 A. See Section 03 30 00. 37 1.11 SITE CONDITIONS 38 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5,2018 3232 13-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART2 - PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard— Spread Footing Walls 9 a. 420, Concrete Structures 10 b. 421, Hydraulic Cement Concrete 1 1 c. 440, Reinforcing Steel 12 d. 445, Galvanizing 13 e. 458, Waterproofing Membranes for Structures 14 B. Backfill 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 31 23 23 17 2. TxDOT Standard—Spread Footing Walls 18 a. 132. Embankments 19 C. Underdrains 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 33 46 00 22 2. TxDOT Standard— Spread Footing Walls 23 a. 556, Pipe Underdrains 24 D. Filter Fabric 25 1. General 26 a. Provide standard weight fabric for retaining walls and soil separation. 27 b. Provide filter fabric rated as UV-resistant when used as part of the exposed 28 facing for a temporary wall. 29 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 30 woven geotextile fabric, and forms a mat of uniform quality. 31 d. Fabric fibers are continuous and random throughout the fabric. 32 e. The fabric is mildew resistant and rot-proof, and it is satisfactory for use in a 33 wet soil and aggregate environment. 34 2. Physical Requirements: The fabric must conform to the requirements listed in Table 35 1 when tested in accordance with the test methods specified. 36 37 Table 1 38 Filter Fabric Requirements 39 Physical Properties Test Method Value Fabric Weight, on an ambient Tex-616-J 4 oz/yard temperature air-dried, tension free sample Permittivity, 1/sec ASTM D4491 1.0, min CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5,2018 323213-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Tensile Strength, lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield, percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 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. Construct retaining walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 11 a. Section 03 30 00 12 b. Section 31 23 16 U c. Section 31 23 23 14 d. Section 31 24 00 15 e. Section 33 46 00 16 2. TxDOT Standard—Spread Footing Walls 17 a. 110, Excavation 18 b. 132, Embankment 19 c. 400, Excavation and Backfill for Structures 20 d. 423, Retaining Walls 21 e. 420, Concrete Structures 22 f. 458, Water proofing Membranes for Structures 23 g. 556, Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 RE-INSTALLATION [NOT USED 27 3.7 FIELD QUALITY CONTROL 28 A. See Section 03 30 00. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised June 5,2018 32 32 13-6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Pavment Item for concrete retaining wall with sidewalk was broken into two Items: one for the face of wall and one for the sidewalk. 6/5/18 M Owen Revised Summary and Measurement and Payment sections. 9 CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised June 5.2018 32 33 00 SITE FURNISHINGS Page 1 of 13 1 SECTION 32 33 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. Seating. 10 2. Tables. 11 3. Bicycle racks. 12 4. Bicycle lockers. 13 5. Trash receptacles. 14 6. Ash receptacles. 15 7. Planters. 16 8. Bollards. 17 1.3 RELATED SECTIONS 18 1. Section 033000 "Cast-in-Place Concrete" for[installing pipe sleeves cast] [installing 19 anchor bolts cast] [formed voids] in concrete footings. 20 2. Section 312000 "Earth Moving" for excavation for installing concrete footings. 21 1.4 ACTION SUBMITTALS 22 1. Product Data:For each type of product. 23 2. Sustainable Design Submittals: 24 1. Product Data:For recycled content, indicating postconsumer and preconsumer 25 recycled content and cost. 26 2. Chain-of-Custody Certificates: For certified wood products. Include statement of 27 costs. 28 3. Samples: For each exposed product and for each color and texture specified. 29 4. Samples for Initial Selection: For units with factory-applied finishes. 30 5. Samples for Verification: For each type of exposed finish,not less than 6-inch- (152-mm- 31 )long linear components and 4-incli-(102-mm-) square sheet components. 32 1. Include full-size Samples of[bench] [table] [bicycle rack] [trash receptacle] [ash 33 receptacle] <Insert product. Approved samples may be incorporated into the 34 Work. 35 6. Product Schedule: For site furnishings. [Use same designations indicated on Drawings]. 36 1.5 INFORMATIONAL SUBMITTALS 37 1.Material Certificates: For site furnishings manufactured with preservative-treated wood. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 3233 00 SITE FURNISHINGS Page 2 of 13 1 1. Indicate type of preservative used and net amount of preservative retained.[For 2 products receiving a waterborne treatment,include statement that moisture 3 content of treated materials was reduced to levels specified before shipment to 4 Project site.] 5 1.6 CLOSEOUT SUBMITTALS 6 A. Maintenance Data: For site furnishings to include in maintenance manuals. 7 8 1.7 MAINTENANCE MATERIAL SUBMITTALS 9 1.Furnish extra materials that match products installed and that are packaged with 10 protective covering for storage and identified with labels describing contents. 11 1. Bench Replacement[Slats] [Planks]:No fewer than[two]<Insert number>full- 12 size units for each size indicated. 13 2. Trash Receptacle Inner Containers: [Five] <Insert number> full-size units for 14 each size indicated,but no fewer than [two] <Insert number>units. 15 3. Anchors: <Insert type and number>. 16 PART 2- PRODUCTS 17 2.1 SEATING<INSERT DRAWING DESIGNATION> 18 1.Basis-of-Design Product: Subject to compliance with requirements,provide Neenah 19 Foundry Company; Park Bench or comparable product by one of the following: 20 1. Columbia C lscade Coniparly. 21 2. Victor Stanlcy, Inc. 22 3. <Insert manufacturer's name>. 23 2. Frame: Cast iron; ASTM A48, Class 30B or better. 24 3. Seat and Back: 25 1. Material: 26 A. Wood: White Oak; formed into evenly spaced parallel slats. 27 B. Composite: Recycled plastic. 28 2. Seat Height: As indicated. 29 3. Seat Surface Shape: Contoured. 30 4. Overall Height: As indicated. 31 5. Overall Width: As indicated. 32 6. Overall Depth: As indicated. 33 7. Arms: [Two, one at each end] <Insert requirements>. 34 A. Arm Material: Match frame. 35 8. Seating Configuration: Multiple units[as indicated]. 36 A. Straight shape. 37 4.Wood Finish: Manufacturer's standard finish. 38 1. Stain: Manufacturer's standard. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 3 of 13 1 5.HDPE Color: As indicated by manufacturer's designation. 2 2.2 TABLES <INSERT DRAWING DESIGNATION> 3 1.Basis-of-Design Product: Subject to compliance with requirements, provide Neenah 4 Foundry Company; Picnic Table or comparable product by one of the following: 5 1. DuMor Inc. 6 2. FairWeather Site Furnishings; a division of Leader Manufacturing, Inc. 7 3. <Insert manufacturer's name>. 8 2.Frame: Cast iron; ASTM A48, Class 30B or better 9 3. Table Top. 10 1. Material: Cast iron; ASTM A48, Class 30B or better. 11 2. Surface Shape: Rectangular. 12 4.Finish: Powder coat. 13 1. Color: As selected by Owner/Owner's Representative 14 2.3 BICYCLE RACKS,FOR PARKING METER POSTS <INSERT DRAWING 15 DESIGNATION> 16 1.Basis-of-Design Product: Subject to compliance with requirements. 17 1. <Insert manufacturer's name> 18 2.Bicycle Rack Construction: 19 1. Material: Cast iron;ASTM A48, Class 30B or better. 20 2. Style: As indicated. 21 3. Installation Method: As indicated. 22 3. Cast Iron Finish: Hot dipped galvanized. 23 2.4 BICYCLE RACKS,BOLLARD <INSERT DRAWING DESIGNATION> 24 1. Basis-of-Design Product: 25 1. Belson. 26 2. Reliance Foundry. 27 3. <Insert manufacturer's name> 28 2. Bicycle Rack Construction: 29 1. Material: Cast iron; ASTM A48, Class 30B or better. 30 2. Style: Bollard. 31 A. Overall Height: As indicated. 32 B. Overall Width: As indicated. 33 C. Overall Depth: As indicated. 34 D. Capacity: Designed to accommodate no fewer than two bicycles. 35 3. Installation Method: [Cast in concrete] [Bolted to cast-in anchor bolts]. 36 3. Cast Iron Cast Iron Finish: Powder coat. 37 1. Color: As selected by Owner/Owner's representative. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 4 of 13 1 2.5 BICYCLE RACKS, STEEL FABRICATION<INSERT DRAWING 2 DESIGNATION> 3 1.Basis-of-Design Product: Subject to compliance with requirements,provide Neenah 4 Foundry Company; Steel Bicycle Rack or comparable product by one of the following: 5 1. Landscape Forms. 6 2. I'lavworld Systems, Inc. 7 3. <Insert manufacturer's name>. 8 2. Bicycle Rack Construction: 9 1. Frame: Steel. 10 A. Pipe OD: Not less than 2-7/8 inches (73 mm). 11 B. Wall Thickness: Not less than 1/8 inch(3 mm). 12 2. Style: Double-side parking. 13 a. Overall Height: As indicated. 14 b. Overall Width: As indicated. 15 C. Overall Depth: As indicated. 16 d. Capacity: Designed to accommodate no fewer than [three] [five] [seven] 17 <Insert number>bicycles. 18 3. Installation Method: [Surface flange anchored at finished grade] [Cast in concrete]. 19 3. Steel Finish: Color coated. 20 1. Color: As selected by Owner/Owner's representative. 21 2.6 BICYCLE LOCKERS<INSERT DRAWING DESIGNATION> 22 1.Manufacturers: Subject to compliance with requirements,provide products by one of the 23 following: 24 1. American Bicycle Security Company. 25 2. Columbia Cascade Company. 26 3. Cora Bike Rack. 27 4. Creative Pipe, Inc. 28 5. CycleSafe. 29 6. Dero. 30 7. Huntco Supply, LLC. 31 8. Madrax; Graber Manufacturing Co. 32 9. <Insert manufacturer's name>. 33 B. Bicycle Locker Construction: 34 1. Locker: [Molded one-piece fiberglass] [Steel sheet, 0.053 inch (.1.4 mm) thick] 35 [Steel sheet,0.053 inch (1..4 mm)thick,with perforated metal sides] [with welded 36 tubular steel frame] <Insert material>. 37 2. Door: [Molded one-piece fiberglass] [Steel sheet, 0.053 inch (1.4 mm) thick] 38 [with tubular steel frame] [Match locker] <Insert material>. 39 3. View [Window] [Grille]: [Lexan, 12 inches (305 min) square] [Perforated 40 metal]. 41 4. Lock: [Manufacturer's standard] [Key lock with internal locking bar] 42 [Coin/token lock] <Insert description>. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 5 of 13 1 a. Provide [four] <Insert number>keys. 2 5. Overall Height: [As indicated] <Insert dimension>. 3 6. Overall Width: [As indicated]<Insert dimension>. 4 7. Overall Depth: [As indicated] <Insert dimension>. 5 8. Capacity:Designed to accommodate [one] [two]bicycle(s). 6 9. Installation Method: [Locker anchored at finished grade to substrate indicated] 7 [Locker anchored below finished grade to substrate indicated] [As indicated]. 8 10. Locker Configuration: [Multiple] [Four]<Insert number>units [as indicated], 9 in[straight row] [curved shape] [shape indicated]<Insert description>. 10 C. Steel Finish: Color coated. 11 1. Color: [As indicated by manufacturer's designation] [Match Architect's samples] 12 [As selected by Architect from manufacturer's full range] [As indicated in a site 13 furnishing schedule]<Insert description>. 14 D. Fiberglass Color: [As indicated by manufacturer's designation] [Match Architect's 15 samples] [As selected by Architect from manufacturer's full range] [As indicated in 16 a site furnishing schedule] <Insert description>. 17 2.7 TRASH RECEPTACLES<INSERT DRAWING DESIGNATION> 18 1.Manufacturers: Subject to compliance with requirements,provide products by one of the 19 following: 20 1. A&T Iron Works, Inc. 21 2. BCI Burke Company,LLC. 22 3. DuMor Inc. 23 4. Fiber lag ss Engineering Company. 24 5. Forms+Surfaces. 25 6. GameTime;a P1ayCore,Inc. company. 26 7. Keystone Ridge Designs, 27 8. L. A. Steelcraft Products,Inc. 28 9. Landscape Forms. 29 10. Landscape Structures Inc. 30 11. Maglin Site Furniture Inc. 31 12. Miracle Recreation Equipment Co.: a division of P1ayPower,Inc. 32 13. Playworld Systems, Inc. 33 14. Victor Stanley,Inc. 34 15. Wausau Tile Inc. 35 16. <Insert manufacturer's name>. 36 2.Aluminum Facing Surrounds: [Aluminum sheet] [Perforated aluminum sheet] [Grid in 37 tubular frame] [Evenly pattered,parallel flat aluminum straps,bars, or tubular shapes] 38 [Match benches] <Insert material and description>. 39 3. Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly pattered,parallel 40 flat steel straps,bars,or tubular shapes] [Evenly pattered,parallel round steel rods,bars, 41 or tubular shapes] [Grid in tubular frame] [Match benches] <Insert material and 42 description>. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 6 of 13 1 4. Stainless-Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly patterned, 2 parallel flat steel straps,bars,or tubular shapes] [Evenly patterned,parallel round steel 3 rods,bars,or tubular shapes] [Grid in tubular frame] [Match benches] <Insert material 4 and description>. 5 5.Wood Facing Surrounds: [Evenly spaced,Douglas fir slats] [Evenly spaced pine slats] 6 [Evenly spaced cedar slats] [Redwood panels] [Evenly spaced redwood slats] [Teak 7 panels] [Evenly spaced teak slats] [Match benches] <Insert wood type and description>. 8 6.Fiberglass Facing Surrounds: Molded fiberglass shape. 9 7.Plastic Facing Surrounds: [Molded HDPE shape] [Evenly spaced HDPE slats] [Evenly 10 spaced,recycled HDPE slats] [Match benches] <Insert plastic type and description>. 11 8. Support Frames: [Steel] [Galvanized steel]; welded. 12 9.Trash Receptacles: 13 1. Receptacle Shape 14 2.8 ASH RECEPTACLES<INSERT DRAWING DESIGNATION> 15 1.Manufacturers: Subject to compliance with requirements,provide products by one of the 16 following: 17 1. A&T Iron Works Inc. 18 2. BCI Burke Company,LLC. 19 3. DuMor Inc. 20 4. Fiberglass Engineering Company. 21 5. Fortis+Surfaces. 22 6. GameTime,a PlayCore,Inc. companX. 23 7. Keystone Ridge Designs,Inc. 24 8. L. A. Steelcraft Products Inc. 25 9. Landscape Fornr.s. 26 10. Landscape Structures Inc. 27 11. Maglin Site Furniture Inc. 28 12. Miracle Recreation Equipment Co.: a division of P1ayPower,Inc. 29 13. Playworld Systems,Inc. 30 14. Victor Stanley, Inc. 31 15. Wausau Tile Inc. 32 16. <Insert manufacturer's name>. 33 2.Aluminum Facing Surrounds: [Aluminum sheet] [Perforated aluminum sheet] [Grid in 34 tubular frame] [Evenly patterned,parallel flat aluminum straps,bars,or tubular shapes] 35 [Match benches] <Insert material and description>. 36 3. Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly patterned,parallel 37 flat steel straps,bars,or tubular shapes] [Evenly patterned,parallel round steel rods,bars, 38 or tubular shapes] [Grid in tubular frame] [Match benches] <Insert material and 39 description>. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 7 of 13 1 4. Stainless-Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly patterned, 2 parallel flat steel straps,bars, or tubular shapes] [Evenly patterned,parallel round steel 3 rods,bars,or tubular shapes] [Grid in tubular frame] [Match benches] <Insert material 4 and description>. 5 5. Fiberglass Facing Surrounds: Molded fiberglass shape. 6 6. Support Frames: [Steel] [Galvanized steel];welded. 7 7.Ash Receptacles: 8 1. Receptacle Shape and Form: [Round cylinder] [Round cylinder with tapered funnel 9 top] [Round,tapered column] [Square column] [Rectangular column] [As 10 indicated] <Insert shape and form>; with opening for depositing trash in [lid or top] 11 [side of lid or top] [receptacle side]. 12 2. Function: [Uncovered receptacle with sand pan] [Uncovered receptacle with bowl 13 and funnel] [Covered receptacle with sand pan] [Covered receptacle with bowl and 14 screen] [Covered receptacle with slots] [Uncovered receptacle with sand pan 15 attaching to side of trash receptacle] <Insert description and accessories>for 16 depositing cigarette butts; fire-proof design; bowl and pan removable for cleaning. 17 3. Lids and Tops: [Matching facing panels] [Aluminum] [Steel] [HDPE] [Recycled 18 HDPE] <Insert material and description> secured by cable or chain, hinged, 19 swiveled, or permanently secured. 20 A. Description: [Flat rim ring lid with center opening] [Dome top] [Arched top] 21 [Elevated flat or shallow dome rain-cap lid] [Combination ash sand pan and rim 22 lid] [Combination ash sand pan and dome top] [Combination ash sand pan and 23 elevated flat or shallow dome rain-cap lid] <Insert description>. 24 4. Receptacle Height: [As indicated]<Insert dimension>. 25 5. Overall Width: [As indicated] <Insert dimension> 26 6. Weight: <Insert weight. 27 7. Post Mount: [Color-coated steel pipe; color to match receptacle] [Galvanized-steel 28 pipe] [Wood]; for mounting [one] [two] [three] receptacle(s). 29 8. Accessories: [Sand sifter] [Butt stub-out] <Insert accessory. 30 8. Aluminum Finish: [Mill finish] [Color coated]. 31 1. Color: [As indicated by manufacturer's designation] [Match Architect's samples] 32 [As selected by Architect from manufacturer's full range] [As indicated in a site 33 furnishing schedule] <Insert description>. 34 9. Steel Finish: [Galvanized and] [color] [PVC-color] coated. 35 1. Color: [As indicated by manufacturer's designation] [Match Architect's samples] 36 [As selected by Architect from manufacturer's full range] [As indicated in a site 37 furnishing schedule] <Insert description>. 38 10. Stainless-Steel Finish: [No. 6] <Insert description>. 39 11. [Fiberglass] [HDPE] Color: [As indicated by manufacturer's designation] [Match 40 Architect's samples] [As selected by Architect from manufacturer's full range] [As 41 indicated in a site furnishing schedule]<Insert description>. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 8 of 13 1 2.9 PLANTERS<INSERT DRAWING DESIGNATION> 2 1.Manufacturers: Subject to compliance with requirements,provide products by one of the 3 following: 4 1. Country Casual. 5 2. DuMor Inc. 6 3. FairWeather Site.Furnishings: a division of Leader Manufacturing,Inc. 7 4. Fiberglass Engineering Company. 8 5. Fibrex Group Inc. (The). 9 6. Gardenside,Ltd. 10 7. Kay Park.Recreation. 11 8. Keystone Ridge Designs,Inc. 12 9. Kingsley—Bate,I.,td. 13 10. M.aglin Site Furniture Inc. 14 11. Onu1i Ecosystems. 15 12. RPI. 16 13. Sitecraft. 17 14. Thoinas Steele. 18 15. Victor Stanley,Inc. 19 16. Wausau Tile Inc. 20 17. Weatherend Estate Furniture. 21 18. <Insert manufacturer's name>. 22 2.Aluminum Facing Surrounds: [Aluminum sheet] [Perforated aluminum sheet] [Grid in 23 tubular frame] [Evenly patterned,parallel flat aluminum straps,bars,or tubular shapes] 24 [Match benches] <Insert material and description>. 25 3. Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly patterned, 26 parallel flat steel straps,bars,or tubular shapes] [Evenly patterned,parallel round 27 steel rods,bars,or tubular shapes] [Grid in tubular frame] [Match benches]<Insert 28 material and description>. 29 4. Stainless-Steel Facing Surrounds: [Steel sheet] [Perforated-steel sheet] [Evenly 30 patterned,parallel flat steel straps,bars,or tubular shapes] [Evenly patterned, 31 parallel round steel rods,bars,or tubular shapes] [Grid in tubular frame] [Match 32 benches]<Insert material and description>. 33 5. Wood Facing Surrounds: [Evenly spaced,Douglas fir slats] [Evenly spaced pine slats] 34 [Evenly spaced cedar slats] [Redwood panels] [Evenly spaced redwood slats] [Teak 35 panels] [Evenly spaced teak slats] [Match benches] <Insert wood type and 36 description>. 37 6.Fiberglass Facing Surrounds:Molded fiberglass shape. 38 7.Plastic Facing Surrounds: [Molded HDPE shape] [Evenly spaced HDPE slats] [Evenly 39 spaced,recycled HDPE slats] [Match benches] <Insert plastic type and description>. 40 8. Support Frames: [Steel] [Galvanized steel]; welded. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 9 of 13 1 9.Planter Shape and Form: [Round cylinder] [Round cylinder with tapered funnel top] 2 [Round,tapered column] [Square column] [Rectangular column] [As indicated] 3 <Insert shape and form>. 4 10. Style: [To match benches] [As indicated by manufacturer's designation]. 5 11. Overall Height: [As indicated] <Insert dimension>. 6 12. Overall [Diameter] [Width]: [As indicated] <Insert dimension>. 7 13. Overall Depth: [As indicated] <Insert dimension>. 8 14. Weight: <Insert weight. 9 15. Inner Container: [Aluminum] [Galvanized-steel sheet] [Fiberglass] [Rigid plastic] 10 container[with drain holes]. 11 16. Capacity:Not less than [22 gal.(83 L)] [28 gal. (106 L)] [30 gal. (1.14 L)] [32 gal. 12 (1.21 L)] [40 gal. (151. L)] [55 gal. (208 L)] <Insert value>. 13 17. Installation Method: [Freestanding] [Freestanding with weighted base] [Anchored to 14 substrate indicated on Drawings] [Wall mounted] [Post mounted] [Mounted on elevated 15 leg angles anchored at finished grade to substrate indicated on Drawings] [Mounted on 16 elevated leg angles anchored below finished grade to substrate indicated on Drawings] 17 [As indicated on Drawings]. 18 1. Post Mount: [Color-coated steel pipe; color to match receptacle] [Galvanized-steel 19 pipe] [Wood]; for mounting [one] [two] [three]planter(s). 20 18. Aluminum Finish: Color coated. 21 1. Color: [As indicated by manufacturer's designation] [Match Architect's samples] 22 [As selected by Architect from manufacturer's full range] [As indicated in a site 23 furnishing schedule] <Insert description>. 24 19. Steel Finish: [Galvanized and] [color] [PVC-color] coated. 25 1. Color: [As indicated by manufacturer's designation] [Match Architect's samples] 26 [As selected by Architect from manufacturer's full range] [As indicated in a site 27 furnishing schedule] <Insert description>. 28 20. Stainless-Steel Finish: [No. 6] <Insert description>. 29 21. Wood Finish: [Unfinished] [Factory-applied transparent finish] [Factory-applied stained 30 and transparent finish]. 31 1. Stain: <Insert stain type and color>. 32 22. [Fiberglass] [HDPE] Color: [As indicated by manufacturer's designation] [Match 33 Architect's samples] [As selected by Architect from manufacturer's full range] [As 34 indicated in a site furnishing schedule] <Insert description>. 35 1. Finish: [Smooth] [Textured]. 36 2.10 BOLLARDS<INSERT DRAWING DESIGNATION> 37 1. Basis-of-Design Product: Subject to compliance with requirements, provide Neenah 38 Foundry Company; Cast Iron Decorative Bollards or comparable product by one of the 39 following: 40 1. Global lndustrie . 41 2. Rcliance Fouildrv. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 10 of 13 1 3. <Insert manufacturer's name>. 2 2. Bollard Construction: 3 1. Cast Iron OD:Not less than 5-5/8 inches(143 mm). 4 a. Cast Iron: ASTM A48 Class 30B or better 5 2. Style: As indicated 6 3. Overall Height: As indicated. 7 4. Accessories: Eye bolts, chains and links. 8 5. Installation Method: [Pipe embedment anchored in concrete] [Surface flange 9 anchored at grade] [Mounting tube anchored at grade]. 10 3. Cast-Iron Finish: Powder coat. 11 1. Color: As selected by Architect. 12 2.11 MATERIALS 13 1. Steel and Iron: Free of surface blemishes and complying with the following: 14 1. Plates, Shapes, and Bars: ASTM A 36/A 36M. 15 2. Steel Pipe: Standard-weight steel pipe complying with ASTM A 53/A 53M, or 16 electric-resistance-welded pipe complying with ASTM A 135/A 135M. 17 3. Tubing: Cold-formed steel tubing complying with ASTM A 500/A 500M. 18 4. Mechanical Tubing: Cold-rolled, electric-resistance-welded carbon or alloy steel 19 tubing complying with ASTM A 513/A 513M, or steel tubing fabricated from steel 20 complying with ASTM A 1011/A 1011M and complying with dimensional 21 tolerances in ASTM A 500/A 500M; zinc coated internally and externally. 22 5. Sheet: Commercial steel sheet complying with ASTM A 1011/A 1011M. 23 6. Perforated Metal: From steel sheet not less than [0.075-inch (1.9-mm)] [0.090-inch 24 (2.3-mm)] [0.120-inch (3.0-mm)] <Insert dimension>nominal thickness; 25 manufacturer's standard perforation pattern. 26 7. Expanded Metal: Carbon-steel sheets, deburred after expansion,and complying 27 with ASTM F 1267. 28 8. Malleable-Iron Castings: ASTM A 47/A 47M, grade as recommended by fabricator 29 for type of use intended. 30 9. Gray-Iron Castings: ASTM A 48/A 48M, Class 30B. 31 2. Stainless Steel: Free of surface blemishes and complying with the following: 32 1. Sheet, Strip,Plate,and Flat Bars: ASTM A 666. 33 2. Pipe: Schedule 40 steel pipe complying with ASTM A 312/A 312M. 34 3. Tubing: ASTM A 554. 35 3.Aluminum: Alloy and temper recommended by aluminum producer and finisher for type 36 of use and finish indicated; free of surface blemishes and complying with the following: 37 1. Rolled or Cold-Finished Bars, Rods,and Wire: A STM B 21.1 (ASTM B 211 M). 38 2. Extruded Bars,Rods, Wire,Profiles, and Tubes: ASTM B 221 (ASTM B 221M). 39 3. Structural Pipe and Tube: ASTM B 429/13429M. 40 4. Sheet and Plate: ASTM B 209 (ASTM B 209M). 41 5. Castings: ASTM B 26/1326M. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 11 of 13 1 4.Wood: Surfaced smooth on four sides with eased edges; kiln dried, free of knots, solid 2 stock of species indicated. 3 1. Wood Species: White oak,heartwood,flat sawn. 4 2. Finish: Manufacturer's standard [stain] [and] [transparent sealer] [transparent 5 wood-preservative treatment and sealer] <Insert treatment or finish>. 6 5.Fiberglass: Multiple laminations of glass-fiber-reinforced polyester resin with UV-light 7 stable, colorfast,nonfading, weather-and stain-resistant, colored polyester gel coat, and 8 with manufacturer's standard finish. 9 6.Plastic: Color impregnated, color and UV-light stabilized, and mold resistant. 10 A. Polyethylene with Recycled Content: Fabricated from HDPE and other resins 11 with postconsumer recycled content plus one-half of preconsumer recycled 12 content not less than<Insert value>percent. 13 7.Anchors,Fasteners,Fittings, and Hardware: [Stainless steel] [Brass] [Galvanized steel] 14 [Zinc-plated steel] [Manufacturer's standard, corrosion-resistant-coated or noncoirodible 15 materials];commercial quality[,tamperproof,vandal and theft resistant] [, concealed, 16 recessed, and capped or plugged]. 17 8. Galvanizing: Where indicated for steel and iron components,provide the following 18 protective zinc coating applied to components after fabrication: 19 1. Zinc-Coated Tubing: External, zinc with organic overcoat, consisting of a minimum 20 of 0.9 oz./sq. ft. (0.27 kg/sq. m)of zinc after welding,a chromate conversion 21 coating, and a clear,polymer film. Internal, same as external or consisting of 81 22 percent zinc pigmented coating, not less than 0.3 mil (0.0076 inn))thick. 23 2. Hot-Dip Galvanizing: According to ASTM A 123/A 123M,ASTM A 153/A 153M, 24 or ASTM A 924/A 924M. 25 2.12 WOOD-PRESERVATIVE-TREATED MATERIALS 26 A. Preservative Treatment: Pressure-treat wood according to AWPA U1, Use 27 Category UC3b, and the following: 28 1.Use preservative chemicals acceptable to authorities having jurisdiction and containing 29 no arsenic or chromium. Use chemical formulations that do not bleed through or 30 otherwise adversely affect finishes. Do not use colorants to distinguish treated materials 31 from untreated materials. 32 2.Kiln-dry lumber and plywood after treatment to a maximum moisture content, 33 respectively, of 19 and 15 percent. Do not use materials that are warped or do not comply 34 with requirements for untreated materials. 35 2.13 FABRICATION 36 A. Metal Components: Form to required shapes and sizes with true, consistent 37 curves, lines,and angles. Separate metals from dissimilar materials to prevent 38 electrolytic action. 39 B. Welded Connections: Weld connections continuously. Weld solid members with 40 full-length, full-penetration welds and hollow members with full-circumference 41 welds. At exposed connections, finish surfaces smooth and blended, so no 42 roughness or unevenness shows after finishing and welded surface matches 43 contours of adjoining surfaces. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 12 of 13 1 C. Pipes and Tubes: Form simple and compound curves by bending members in 2 jigs to produce uniform curvature for each repetitive configuration required; 3 maintain cylindrical cross section of member throughout entire bend without 4 buckling,twisting, cracking, or otherwise deforming exposed surfaces of 5 handrail and railing components. 6 D. Preservative-Treated Wood Components: Complete fabrication of treated items 7 before treatment if possible. If cut after treatment, apply field treatment 8 complying with AWPA M4 to cut surfaces. 9 E. Exposed Surfaces: Polished, sanded, or otherwise finished; all surfaces smooth, 10 free of burrs,barbs, splinters, and sharpness; all edges and ends rolled,rounded, 11 or capped. 12 F. Factory Assembly: Factory assemble components to greatest extent possible to 13 minimize field assembly. Clearly mark units for assembly in the field. 14 2.14 GENERAL FINISH REQUIREMENTS 15 A. Appearance of Finished Work:Noticeable variations in same piece are 16 unacceptable.Variations in appearance of adjoining components are acceptable 17 if they are within the range of approved Samples and are assembled or installed 18 to minimize contrast. 19 2.15 STEEL AND GALVANIZED-STEEL FINISHES 20 A. Powder-Coat Finish: Manufacturer's standard polyester,powder-coat finish 21 complying with finish manufacturer's written instructions for surface 22 preparation, including pretreatment,application,baking, and minimum dry film 23 thickness. 24 B. PVC Finish: Manufacturer's standard,UV-light stabilized,mold-resistant, slip- 25 resistant, matte-textured,dipped or sprayed-on, PVC-plastisol finish,with flame 26 retardant added; complying with coating manufacturer's written instructions for 27 pretreatment,application, and minimum dry film thickness. 28 2.16 CAST IRON 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 2.17 STAINLESS-STEEL FINISHES 34 A. Surface Preparation: Remove tool and die marks and stretch lines,or blend into 35 finish. 36 B. Polished Finishes: Grind and polish surfaces to produce uniform finish, free of 37 cross scratches. 38 1. Run directional finishes with long dimension of each piece. 39 2. Directional Satin Finish:No 4. 40 3. Dull Satin Finish:No. 6. 41 2.18 ALUMINUM FINISHES 42 A. Powder-Coat Finish: Manufacturer's standard polyester powder-coat finish 43 complying with finish manufacturer's written instructions for surface 44 preparation, including pretreatment, application,baking, and minimum dry film 45 thickness. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418, 100419,CO2449 Revised November 04,2016 32 33 00 SITE FURNISHINGS Page 13 of 13 1 PART 3- EXECUTION 2 3.1 EXAMINATION 3 A. Examine areas and conditions,with Installer present, for compliance with 4 requirements for correct and level finished grade,mounting surfaces, installation 5 tolerances, and other conditions affecting performance of the Work. 6 B. Proceed with installation only after unsatisfactory conditions have been 7 corrected. 8 3.2 INSTALLATION 9 A. Comply with manufacturer's written installation instructions unless more 10 stringent requirements are indicated. Complete field assembly of site furnishings 11 where required. 12 B. Unless otherwise indicated, install site furnishings after landscaping and paving 13 have been completed. 14 C. Install site furnishings level,plumb,true, and [securely anchored] [positioned] 15 at locations indicated on Drawings. 16 D. Pipe Sleeves: Use steel pipe sleeves preset and anchored into concrete for 17 installing posts. After posts have been inserted into sleeves,fill annular space 18 between post and sleeve with [nonshrink,nonmetallic grout] [or] [anchoring 19 cement],mixed and placed to comply with anchoring material manufacturer's 20 written instructions,with top smoothed and shaped to shed water. 21 END OF SECTION 12 93 00 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:100418,100419,CO2449 Revised November 04,2016 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 1 of 3 1 SECTION 32 91 19 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 10111 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 013 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 329213- 1 HYDROMULCHING,SEEDING AND SODDING Page I 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-2 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-3 FIYDROMULCHING,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 inust 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multifloritin 85 90 75 Bermuda(unhulled) cynodon dacl-vlon 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 dactvloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panictun virgatum 10.0 Prairie Wildrye* Elvmus 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 Desmarrthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verhena hipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engehnarmia pinnatifida 2.0 Obedient Plant Phvsostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 1 1 *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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-5 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,00249 Revised December 20,2012 3292 13-6 I IYDROMULCHING,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 I 1 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 3.13.13. 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 WORTI i Decr Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMIWI'S City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-7 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No.: 100418, 100419,CO249 Revised December 20,2012 3292 13-8 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,00249 Revised December 20,2012 32 93 43- I TREES AND SHRUBS Page I of 8 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 planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 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 31 10 00—Site Clearing 14 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 15 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Plant Tree 19 a. Measurement 20 1) Measurement for this Item shall be per each by caliper inch. 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 each tree to be Planted by caliper inch. 25 c. The price bid shall include: 26 1) Furnishing and installing trees 27 2) Hauling 28 3) Grading and backfilling 29 4) Excavation 30 5) Fertilization 31 6) Water 32 7) Removing and disposing of surplus material 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this specification refer to the current reference standard 36 published at the time of the latest revision date logged at the end of this 37 specification, unless a date is specifically cited. 38 2. American National Standards Institute(ANSI): 39 a. ANSI Z60.1, American Standard for Nursery Stock 40 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 41 Co.,New York. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prgject No.: 100418, 100419,CO2449 Revised December 20,2012 3293 43-2 TREES AND SHRUBS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 INFORMATIONAL SUBMITTALS 4 A. Tree data: Submit certification from Supplier that each type of tree conforms to 5 specification requirements. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Coordination 10 1. Coordinate with City Forester prior to beginning construction activities adjacent to 11 or that will impact existing trees and shrubs. 12 B. Qualifications 13 1. Landscaper specialized in landscape and planting work 14 C. Substitutions 15 1. Not permitted unless approved by City when specified planting material is not 16 obtainable 17 a. Submit proof of non-availability together with proposal for use of equivalent 18 material. 19 b. Substitutions of larger size or better grade than specified will be allowed upon 20 approval by City Forester, but with no increase in unit price. 21 1.10 DELIVERY, STORAGE,AND HANDLING 22 A. Do not remove container grown stock from containers before time of planting. 23 B. Delivery and Acceptance Requirements 24 1. Ship trees with Certificates of Inspection as required by governing authorities. 25 2. Label each tree and shrub with securely attached waterproof tag bearing legible 26 designation of botanical and common name. 27 3. Use protective covering during delivery. 28 4. Deliver packaged materials in fully labeled original containers showing weight, 29 analysis and name of manufacturer. 30 C. Storage and Handling Requirements 31 1. Protect materials from deterioration during delivery, and while stored at Site. 32 2. Do not prune prior to installation. 33 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark, break 34 branches, or destroy natural shape. 35 1.11 FIELD CONDITIONS [NOT USED] 36 1.12 WARRANTY 37 A. Warranty Period: 12 months after job acceptance 38 B. Warrant trees against defects including: 39 1. Death CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 329343-3 TREES AND SHRUBS Page 3 of 8 l 2. Unsatisfactory growth 2 3. Loss of shape due to improper pruning, maintenance, or weather conditions 3 C. Plumb leaning trees during warranty period. 4 D. Remove and replace trees found to be dead during warranty period. 5 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 6 when approved by City, extend warranty period for trees for full growing season. 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 9 2.2 MATERIALS 10 1. General 11 a. Plants shall be true to species and variety specified, grown under climatic 12 conditions similar to those in the locality of the project for at least 2 years and 13 have been freshly dug during the most recent favorable harvest season. 14 b. All plant names and descriptions are as defined in Hortus Third. 15 c. All plants are to be grown and harvested in accordance with the American 16 Standard for Nursery Stock. 17 d. Unless approved by the City Forester, plants shall have been grown in a latitude 18 not more than 200 miles north or south of the latitude of the project unless the 19 provenance of the plant can be documented to be compatible with the latitude 20 and cold hardiness zone of the planting location. 21 2. Trees 22 a. Provide container grown trees which are straight and symmetrical and have 23 persistently preferred main leader. 24 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 25 the field with a 1-inch diameter spot of white paint on the tree trunk within the 26 bottom twelve inches of the trunk. 27 c. Crown shall be in good overall proportion to entire height of tree with 28 branching configuration as recommended by ANSI Z60.1 for type and species 29 specified. 30 d. Trees designated as balled and burlapped (B&B) shall be properly dug with 31 firm, natural balls of soil retaining as many fibrous roots as possible, in sizes 32 and shapes as specified in the American Standard for Nursery Stock. Balls shall 33 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 34 heavy, nonsynthetic, rottable twine. Tile root collar shall be apparent at surface 35 of ball. Trees with loose, broken, processed, or manufactured root balls will not 36 be accepted, except with special written approval before planting. 37 e. Where clump is specified, furnish plant having minimum of three stems 38 originating from common base at ground line. 39 f. Measure trees by average caliper of trunk as follows: 40 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches 41 above top of root ball. 42 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 43 ball. 44 3) Caliper measurements 45 a) By diameter tape measure CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 329343-4 TREES AND SHRUBS Page 4 of 8 I b) Indicated calipers on Drawings are minimum 2 c) Averaging of plant caliber: not permitted 3 g. Trees shall conform to following requirements: 4 1) Healthy 5 2) Vigorous stock 6 3) Grown in recognized nursery 7 4) Free of: 8 a) Disease 9 b) Insects 10 c) Eggs 11 d) Larvae 12 e) Defects such as: 13 (1) Knots 14 (2) Sun-scald 15 (3) Injuries 16 (4) Abrasions 17 (5) Disfigurement 18 (6) Borers and infestations 19 3. Soil Products 20 a. Topsoil: See 32 91 19. 21 b. Peat moss, mulch and fertilizer: Use material recommended by City Forester 22 for establishment of healthy stock after replanting. 23 4. Stakes and Guys 24 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 25 b. Where applicable for anchoring trees, use wood deadmen: 26 1) Minimum: 2-inch by 4-inch stock 27 2) Minimum: 36 inches long and buried 3 feet. 28 3) Provide white surveyor's plastic tape for flagging tree guys. 29 5. Tree Wrap, Twine and Seal 30 a. Wrap 31 1) First quality 32 2) Bituminous impregnated tape 33 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 34 having qualities to resist insect infestation 35 b. Twine 36 1) Lightly tarred, medium-coarse sisal (lath)yarn 37 2) Do not use nails or staples to fasten wrapping 38 c. Seal: Commercially available tree wound dressing specifically produced for use 39 in sealing tree cuts and wounds 40 6. Water: clean and free of industrial wastes or other substances harmful to the growth 41 of the tree 42 2.3 ACCESSORIES [NOT USED] 43 2.4 SOURCE QUALITY CONTROL 44 A. Notify City, prior to installation, of location where trees that have been selected for 45 planting may be inspected. 46 B. Plant material will be inspected for compliance with following requirements. 47 1. Genus, species, variety, size and quality CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 329343-5 TREES AND SHRUBS Page 5 of 8 1 2. Size and condition of balls and root systems, insects, injuries and latent defects 2 PART 3 - EXECUTION [NOT USED] 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. General 7 1. Schedule work so that planting can proceed rapidly as portions of site become 8 available. 9 2. Plant trees after final grades are established and prior to seeding or sodding. 10 3. When planting of trees occurs after seeding work, protect seeded areas and I 1 promptly repair damage to seeded areas resulting from tree planting operations in 12 compliance with requirements of Section 32 92 13. 13 4. Layout individual trees at locations shown on Drawings. 14 5. In case of conflicts, notify City before proceeding with work. 15 6. Stake trees for City approval. 16 B. Preparation of Planting Soil 17 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other 18 extraneous materials harmful or toxic to plant growth. 19 2. Strip and utilize 4 inch layer of top soil from existing ground. 20 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 21 within 48 hours. 22 4. Incorporate amendments into soil as part of soil preparation process prior to fine 23 grading, fertilizing, and planting. 24 5. Broadcast or spread amendments evenly at specified rate over planting area. 25 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 26 amendments are pulverized and have become homogeneous layer of topsoil ready 27 for planting. 28 3.4 INSTALLATION 29 A. Planting 30 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 31 raised minimum of 6 inches at center for proper drainage. 32 2. Provide following minimum widths: 33 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball 34 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 35 3. When conditions detrimental to plant growth are encountered, such as 36 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 37 planting. 38 4. Deliver trees after preparations for planting have been completed and plant 39 immediately. 40 5. When planting is delayed more than 6 hours after delivery 41 a. Set trees and shrubs in shade. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418. 100419,CO2449 Revised December 20.2012 32 93 43-6 TREES AND SHRUBS Page 6 of 8 1 b. Protect from weather and mechanical damage. 2 c. Keep roots moist by covering with mulch, burlap, or other acceptable means of 3 retaining moisture, and water as needed. 4 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 5 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 6 lever in positioning or moving the tree in the planting area. 7 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull 8 roots out of the root mat, and cut circling roots with a sharp knife. Loosen the 9 potting medium and shake away from the root mat. immediately after removing the 10 container, install the plant such that the roots do not dry out. Pack planting mix 11 around the exposed roots while planting. 12 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 13 Remove burlap or cloth wrapping and any wire baskets from around top half of 14 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 15 burlapped trees in the hole with the north marker facing north. 16 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 17 10. Place plants at level that, after settlement, natural relationship of plant crown with 18 ground surface will be established. 19 11. When set, place additional backfill around base and sides of ball, and work each 20 layer to settle backfill and eliminate voids and air pockets. 21 12. When excavation is approximately 2/3 full, water thoroughly before placing 22 remainder of backfill. 23 13. Repeat watering until no more water is absorbed. 24 14. Dish top of backfill to allow for mulching. 25 15. Mulch pits,trenches and planted areas. 26 a. All trees, shrubs and other plantings will be mulched with mulch previously 27 approved by the City Forester. The mulch on trees and shrubs shall be to the 28 depths shown on the drawing. Mulch must not be placed within 3 inches of the 29 trunks of trees and shrubs. 30 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level 31 with adjacent finish grades. 32 17. Cover entire root ball. 33 18. Prune 34 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 35 planting to correct defects in the tree structure, including removal of injured 36 branches, double leaders, watersprouts, suckers, and interfering branches. 37 Healthy lower branches and interior small twigs should not be removed except 38 as necessary to clear walks and roads. in no case should more than 1/4 of the 39 branching structure be removed. Retain the normal shape of the plant. 40 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 41 and smooth, with the bark intact with no rough edges or tears. 42 c. Except in circumstances dictated by the needs of specific pruning practices, tree 43 paint shall not be used. The use of tree paint shall be only upon approval of the 44 City Forester. Tree paint, when required, shall be paint specifically formulated 45 and manufactured for horticultural use. 46 19. Prune trees to retain required height and spread. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECiFICATION DOCUMI,NTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 329343-7 TREES AND SHRUBS Page 7 of 8 1 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 2 trees. 3 21. Remove and replace excessively pruned or misformed stock resulting from 4 improper pruning. 5 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 6 corrective measures. 7 23. Guy and stake trees immediately after planting. 8 B. Moving Existing Trees 9 1. Coordinate tree moving and replanting with City Forester during dormant growth 10 season. 11 2. Provide tree spade of adequate size as directed by City Forester. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. City may reject unsatisfactory or defective material at anytime during progress of work. 16 B. Remove rejected trees immediately from site and replace with specified materials. 17 C. Plant material not installed in accordance with these Specifications will be rejected. 18 D. An inspection to determine final acceptance will be conducted by City at end of 12 19 month maintenance period. 20 E. Warranty periods provided for in paragraph 1.12A. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. During planting work, keep pavements clean and work area in orderly condition. 25 B. Dispose of excess soil and waste in approved location. 26 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 27 permitted. 28 3.11 CLOSEOUT ACTIVITIES [NOT USED 29 3.12 PROTECTION 30 A. Protect planting work and materials from damage due to planting operations. 31 B. Maintain protection during installation and maintenance period. 32 C. Treat, repair, or replace damaged planting work. 33 3.13 MAINTENANCE 34 A. Maintenance Period shall be 12 months after final acceptance. 35 B. During the maintenance period if a work schedule and frequency are not shown on the 36 Drawings, perform the minimum requirements shown below: 37 1. Water trees to full depth a minimum of once each week or as required to maintain 38 healthy, vigorous growth. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 3293 43-8 "FREES AND SHRUBS Page 8 of 8 1 2. Prune. cultivate, and weed as required for healthy growth. 2 3. Restore planting saucers. 3 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 4 grades or vertical position as required. 5 5. Restore or replace damaged wrappings. 6 6. Spray as required to keep trees and shrubs free of insects and disease. 7 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 8 as it is determined no longer alive. Contractor is to maintain new plants as 9 described above until growth is established and maintenance period expires unless 10 waived by the City. 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A—Payment Items removed for tree removal and transplantation;these Items are to be performed in accordance with Section 31 10 00. 12/20/2012 D.Johnson 3.13.A—modified maintenance period to begin 12 months after final acceptance 3.13.13—Modified maintenance period requirements 13 14 15 16 17 18 19 20 CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMEN I'S City Project No.: 100418, 100419,CO2449 Revised December 20,2012 Division 33 Utilities 33 05 10- 1 UTILI'T'Y TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 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 I —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 31 25 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 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 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 I) 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 330510-3 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: IR"rPAVED AREAS''� UNPAVED AREAS \,Y\ \\� U 0 / / U Q m M J J Q INITIAL BACKFILL LLJ \\/ z 0 0 LLJ SPRINGLINE ----- /\� N w ��j/ I // HAUNCHING BEDDING \;/ FOUNDATION �r�•�� `� � h�,�� /\i OD CLEARANCE EXCAVATED TRENCH WIDTH 21 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 12,2016 33 05 10-4 UTll.l"I'Y"FRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 20 1 3. Deleterious materials— Har[nful 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 C 136-01 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 I. 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) S'T'ANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 01 33 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 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 31 25 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 31 25 00. CITY OF FORT WORTH Deer Creek Park.Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10-6 UTILITY TRENCII 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 lotz] 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 ,. 0 '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 C131 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 C 131 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 C 131 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 C 142, 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. 48 b. Minimum of 4 percent cement content of Type 1/11 portland cement CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 20 1 c. Water 2 1) Potable water, free of soils, acids, alkalis, organic matter or other 3 deleterious substances, meeting requirements of ASTM C94 4 d. Mix in a stationary pug mill, weigh-batch or continuous mixing plant. 5 e. Strength 6 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 7 D1633, Method A 8 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 9 D1633, Method A 10 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 11 that exceeds the maximum compressive strength shall be removed by the 12 Contractor for no additional compensation. 13 f. Random samples of delivered product will be taken in the field at point of 14 delivery for each day of placement in the work area. Specimens will be 15 prepared in accordance with ASTM D1632. 16 10. Controlled Low Strength Material (CLSM) 17 a. Conform to Section 03 34 13 18 11. Trench Geotextile Fabric 19 a. Soils other than ML or OH in accordance with ASTM D2487 20 l) Needle punch, nonwoven geotextile composed of polypropylene fibers 21 2) Fibers shall retain their relative position 22 3) Inert to biological degradation 23 4) Resist naturally occurring chemicals 24 5) UV Resistant 25 6) Mirafi 140N by Tencate, or approved equal 26 b. Soils Classified as ML or OH in accordance with ASTM D2487 27 1) High-tenacity monofilament polypropylene woven yarn 28 2) Percent open area of 8 percent to 10 percent 29 3) Fibers shall retain their relative position 30 4) Inert to biological degradation 31 5) Resist naturally occurring chemicals 32 6) UV Resistant 33 7) Mirafi FW402 by Tencate. or approved equal 34 12. Concrete Encasement 35 a. Conform to Section 03 30 00. 36 2.3 ACCESSORIES [NOT USED] 37 2.4 SOURCE QUALITY CONTROL [NOT USED] 38 PART 3 - EXECUTION 39 3.1 INSTALLERS [NOT USED] 40 3.2 EXAMINATION 41 A. Verification of Conditions 42 1. Review all known, identified or marked utilities, whether public or private, prior to 43 excavation. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 20 1 2. Locate and protect all known, identified and marked utilities or underground 2 facilities as excavation progresses. 3 3. Notify all utility owners within the project limits 48 hours prior to beginning 4 excavation. 5 4. The information and data shown in the Drawings with respect to utilities is 6 approximate and based on record information or on physical appurtenances 7 observed within the project limits. 8 5. Coordinate with the Owner(s) of underground facilities. 9 6. Immediately notify any utility owner of damages to underground facilities resulting 10 from construction activities. 11 7. Repair any damages resulting from the construction activities. 12 B. Notify the City immediately of any changed condition that impacts excavation and 13 installation of the proposed utility. 14 3.3 PREPARATION 15 A. Protection of In-Place Conditions 16 1. Pavement 17 a. Conduct activities in such a way that does not damage existing pavement that is 18 designated to remain. 19 1) Where desired to move equipment not licensed for operation on public 20 roads or across pavement, provide means to protect the pavement from all 21 damage. 22 b. Repair or replace any pavement damaged due to the negligence of the 23 contractor outside the limits designated for pavement removal at no additional 24 cost to the City. 25 2. Drainage 26 a. Maintain positive drainage during construction and re-establish drainage for all 27 swales and culverts affected by construction. 28 3. Trees 29 a. When operating outside of existing ROW, stake permanent and temporary 30 construction easements. 31 b. Restrict all construction activities to the designated easements and ROW. 32 c. Flag and protect all trees designated to remain in accordance with Section 31 10 33 00. 34 d. Conduct excavation, embedment and backfill in a manner such that there is no 35 damage to the tree canopy. 36 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 37 specifically allowed by the City. 38 l) Pruning or trimming may only be accomplished with equipments 39 specifically designed for tree pruning or trimming. 40 f. Remove trees specifically designated to be removed in the Drawings in 41 accordance with Section 31 10 00. 42 4. Above ground Structures 43 a. Protect all above ground structures adjacent to the construction. 44 b. Remove above ground structures designated for removal in the Drawings in 45 accordance with Section 02 41 13 46 5. Traffic CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 12,2016 33 05 10- 10 UTILITY'IRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 20 1 a. Maintain existing traffic, except as modified by the traffic control plan, and in 2 accordance with Section 34 71 13. 3 b. Do not block access to driveways or alleys for extended periods of time unless: 4 1) Alternative access has been provided 5 2) Proper notification has been provided to the property owner or resident 6 3) It is specifically allowed in the traffic control plan 7 c. Use traffic rated plates to maintain access until access is restored. 8 6. Traffic Signal—Poles, Mast Arms, Pull boxes, Detector loops 9 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 10 excavation that could impact the operations of an existing traffic signal. 11 b. Protect all traffic signal poles, mast arms, pull boxes,traffic cabinets, conduit 12 and detector loops. 13 c. Immediately notify the City's Traffic Services Division if any damage occurs to 14 any component of the traffic signal due to the contractors activities. 15 d. Repair any damage to the traffic signal poles, mast arms, pull boxes,traffic 16 cabinets, conduit and detector loops as a result of the construction activities. 17 7. Fences 18 a. Protect all fences designated to remain. 19 b. Leave fence in the equal or better condition as prior to construction. 20 3.4 INSTALLATION 21 A. Excavation 22 1. Excavate to a depth indicated on the Drawings. 23 2. Trench excavations are defined as unclassified. No additional payment shall be 24 granted for rock or other in-situ materials encountered in the trench. 25 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 26 and bracing in accordance with the Excavation Safety Plan. 27 4. The bottom of the excavation shall be firm and free from standing water. 28 a. Notify the City immediately if the water and/or the in-situ soils do not provide 29 for a firm trench bottom. 30 b. The City will determine if any changes are required in the pipe foundation or 31 bedding. 32 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 33 excavation shall not advance beyond the pipe placement so that the trench may be 34 backfilled in the same day. 35 6. Over Excavation 36 a. Fill over excavated areas with the specified bedding material as specified for 37 the specific pipe to be installed. 38 b. No additional payment will be made for over excavation or additional bedding 39 material. 40 7. Unacceptable Backfill Materials 41 a. In-situ soils classified as unacceptable backfill material shall be separated from 42 acceptable backfill materials. 43 b. If the unacceptable backfill material is to be blended in accordance with this 44 Specification,then store material in a Suitable location until the material is 45 blended. 46 c. Remove all unacceptable material from the project site that is not intended to be 47 blended or modified. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 12,2016 330510- II UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 oT20 1 8. Rock—No additional compensation will be paid for rock excavation or other 2 changed field conditions. 3 B. Shoring, Sheeting and Bracing 4 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 5 specific excavation safety system in accordance with Federal and State 6 requirements. 7 2. Excavation protection systems shall be designed according to the space limitations 8 as indicated in the Drawings. 9 3. Furnish, put in place and maintain a trench safety system in accordance with the 10 Excavation Safety Plan and required by Federal, State or local safety requirements. 11 4. If soil or water conditions are encountered that are not addressed by the current 12 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 13 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 14 City. 15 5. Do not allow soil, or water containing soil,to migrate through the Excavation 16 Safety System in sufficient quantities to adversely affect the suitability of the 17 Excavation Protection System. Movable bracing, shoring plates or trench boxes 18 used to support the sides of the trench excavation shall not: 19 a. Disturb the embedment located in the pipe zone or lower 20 b. Alter the pipe's line and grade after the Excavation Protection System is 21 removed 22 c. Compromise the compaction of the embedment located below the spring line of 23 the pipe and in the haunching 24 C. Water Control 25 1. Surface Water 26 a. Furnish all materials and equipment and perform all incidental work required to 27 direct surface water away from the excavation. 28 2. Ground Water 29 a. Furnish all materials and equipment to dewater ground water by a method 30 which preserves the undisturbed state of the subgrade soils. 31 b. Do not allow the pipe to be submerged within 24 hours after placement. 32 c. Do not allow water to flow over concrete until it has sufficiently cured. 33 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 34 Control Plan if any of the following conditions are encountered: 35 1) A Ground Water Control Plan is specifically required by the Contract 36 Documents 37 2) If in the sole judgment of the City, ground water is so severe that an 38 Engineered Ground Water Control Plan is required to protect the trench or 39 the installation of the pipe which may include: 40 a) Ground water levels in the trench are unable to be maintained below 41 the top of the bedding 42 b) A firm trench bottom cannot be maintained due to ground water 43 c) Ground water entering the excavation undermines the stability of the 44 excavation. 45 d) Ground water entering the excavation is transporting unacceptable 46 quantities of soils through the Excavation Safety System. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park.Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418. 100419.002449 Revised December 12,2016 33 05 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 20 1 e. In the event that there is no bid item for a Ground Water Control and the City 2 requires an Engineered Ground Water Control Plan due to conditions 3 discovered at the site, the contractor will be eligible to submit a change order. 4 f. Control of ground water shall be considered subsidiary to the excavation when: 5 1) No Ground Water Control Plan is specifically identified and required in the 6 Contract Documents 7 g. Ground Water Control Plan installation, operation and maintenance 8 1) Furnish all materials and equipment necessary to implement, operate and 9 maintain the Ground Water Control Plan. 10 2) Once the excavation is complete, remove all ground water control 11 equipment not called to be incorporated into the work. 12 h. Water Disposal 13 1) Dispose of ground water in accordance with City policy or Ordinance. 14 2) Do not discharge ground water onto or across private property without 15 written permission. 16 3) Permission from the City is required prior to disposal into the Sanitary 17 Sewer. 18 4) Disposal shall not violate any Federal, State or local regulations. 19 D. Embedment and Pipe Placement 20 1. Water Lines less than, or equal to, 12 inches in diameter: 21 a. The entire embedment zone shall be of uniform material. 22 b. Utility sand shall be generally used for embedment. 23 c. If ground water is in sufficient quantity to cause sand to pump, then use 24 crushed rock as embedment. 25 1) if crushed rock is not specifically identified in the Contract Documents, 26 then crushed rock shall be paid by the pre-bid unit price. 27 d. Place evenly spread bedding material on a firm trench bottom. 28 e. Provide firm, uniform bedding. 29 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 30 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 31 proposed grade, unless specifically called for in the Drawings. 32 h. Place embedment, including initial backfill, to a minimum of 6 inches, but not 33 more than 12 inches, above the pipe. 34 i. Where gate valves are present, the initial backfill shall extend to 6 inches above 35 the elevation of the valve nut. 36 J. Form all blocking against undisturbed trench wall to the dimensions in the 37 Drawings. 38 k. Compact embedment and initial backfill. 39 I. Place marker tape on top of the initial trench backfill in accordance with 40 Section 33 05 26. 41 2. Water Lines 16-inches through 24-inches in diameter: 42 a. The entire embedment zone shall be of uniform material. 43 b. Utility sand may be used for embedment when the excavated trench depth is 44 less than 15 feet deep. 45 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 46 trench depths 15 feet, or greater. 47 d. Crushed rock shall be used for embedment for steel pipe. 48 e. Provide trench geotextile fabric at any location where crushed rock or fine 49 crushed rock come into contact with utility sand CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10- 13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 0120 1 f. Place evenly spread bedding material on a firm trench bottom. 2 g. Provide firm, uniform bedding. 3 1) Additional bedding may be required if ground water is present in the 4 trench. 5 2) If additional crushed rock is required not specifically identified in the 6 Contract Documents,then crushed rock shall be paid by the pre-bid unit 7 price. 8 h. Place pipe on the bedding'accord ing to the alignment shown on the Drawings. 9 i. The pipe line shall be within: 10 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 11 lines 12 J. Place and compact embedment material to adequately support haunches in 13 accordance with the pipe manufacturer's recommendations. 14 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 15 but not more than 12 inches, above the pipe. 16 1. Where gate valves are present, the initial backfill shall extend to up to the valve 17 nut. 18 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 19 ASTM D 698. 20 n. Density test may be performed by City to verify that the compaction of 21 embedment meets requirements. 22 o. Place trench geotextile fabric on top of the initial backfill. 23 p, Place marker tape on top of the trench geotextile fabric in accordance with 24 Section 33 05 26. 25 3. Water Lines 30-inches and greater in diameter 26 a. The entire embedment zone shall be of uniform material. 27 b. Crushed rock shall be used for embedment. 28 c. Provide trench geotextile fabric at any location where crushed rock or fine 29 crushed rock come into contact with utility sand. 30 d. Place evenly spread bedding material on a firm trench bottom. 31 e. Provide firm, uniform bedding. 32 1) Additional bedding may be required if ground water is present in the 33 trench. 34 2) If additional crushed rock is required which is not specifically identified in 35 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 36 price. 37 f. Place pipe on the bedding according to the alignment shown on the Drawings. 38 g. The pipe line shall be within: 39 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 40 h. Place and compact embedment material to adequately support haunches in 41 accordance with the pipe manufacturer's recommendations. 42 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 43 not exceed the spring line prior to compaction. 44 j. Place remaining embedment, including initial backfill, to a minimum of 6 45 inches, but not more than 12 inches, above the pipe. 46 k. Where gate valves are present,the initial backfill shall extend to up to the valve 47 nut. 48 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. CiTY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 12,2016 3305 10- 14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 20 1 m. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 n. Place trench geotextile fabric on top of the initial backfill. 4 o. Place marker tape on top of the trench geotextile fabric in accordance with 5 Section 33 05 26. 6 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 7 a. The entire embedment zone shall be of uniform material. 8 b. Crushed rock shall be used for embedment. 9 c. Place evenly spread bedding material on a firm trench bottom. 10 d. Spread bedding so that lines and grades are maintained and that there are no 11 sags in the sanitary sewer pipe line. 12 e. Provide firm, uniform bedding. 13 1) Additional bedding may be required if ground water is present in the 14 trench. 15 2) If additional crushed rock is required which is not specifically identified in 16 the Contract Documents, then crushed rock shall be paid by the pre-bid unit 17 price. 18 f. Place pipe on the bedding according to the alignment shown in the Drawings. 19 g. The pipe line shall be within t0.1 inches of the elevation, and be consistent 20 with the grade shown on the Drawings. 21 h. Place and compact embedment material to adequately Support haunches in 22 accordance with the pipe manufacturer's recommendations. 23 1. For sewer lines greater than 30 inches in diameter, the embedment lift shall not 24 exceed the spring line prior to compaction. 25 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 26 but not more than 12 inches, above the pipe. 27 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 28 ASTM D 698. 29 I. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 m. Place trench geotextile fabric on top of the initial backfill. 32 n. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 5. Storm Sewer(RCP) 35 a. The bedding and the pipe zone up to the spring line shall be of uniform 36 material. 37 b. Crushed rock shall be used for embedment up to the spring line. 38 c. The specified backfill material may be used above the spring line. 39 d. Place evenly spread bedding material on a firm trench bottom. 40 e. Spread bedding so that lines and grades are maintained and that there are no 41 sags in the storm sewer pipe line. 42 f. Provide firm, uniform bedding. 43 1) Additional bedding may be required if ground water is present in the 44 trench. 45 2) If additional crushed rock is required which is not specifically identified in 46 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 47 price. 48 g. Place pipe on the bedding according to the alignment of the Drawings. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DO01MEN1'S City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10- 15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 20 1 h. The pipe line shall be within f0.l inches of the elevation, and be consistent 2 with the grade, shown on the Drawings. 3 1. Place embedment material up to the spring line. 4 1) Place embedment to ensure that adequate support is obtained in the haunch. 5 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 6 ASTM D 698. 7 k. Density test may be performed by City to verify that the compaction of 8 embedment meets requirements. 9 1. Place trench geotextile fabric on top of pipe and crushed rock. 10 6. Storm Sewer Reinforced Concrete Box I l a. Crushed rock shall be used for bedding. 12 b. The pipe zone and the initial backfill shall be: 13 1) Crushed rock, or 14 2) Acceptable backfill material compacted to 95 percent Standard Proctor 15 density 16 c. Place evenly spread compacted bedding material on a firm trench bottom. 17 d. Spread bedding so that lines and grades are maintained and that there are no l8 sags in the storm sewer pipe line. 19 e. Provide firm, uniform bedding. 20 1) Additional bedding may be required if ground water is present in the 21 trench. 22 2) If additional crushed rock is required which is not specifically identified in 23 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 24 price. 25 f. Fill the annular space between multiple boxes with crushed rock, CLSM 26 according to 03 34 13. 27 g. Place pipe on the bedding according to the alignment of the Drawings. 28 h. The pipe shall be within±0.1 inches of the elevation, and be consistent with the 29 grade, shown on the Drawings. 30 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 31 D698. 32 7. Water Services (Less than 2 Inches in Diameter) 33 a. The entire embedment zone shall be of uniform material. 34 b. Utility sand shall be generally used for embedment. 35 c. Place evenly spread bedding material on a firm trench bottom. 36 d. Provide firm, uniform bedding. 37 e. Place pipe on the bedding according to the alignment of the Plans. 38 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 39 8. Sanitary Sewer Services 40 a. The entire embedment zone shall be of uniform material. 41 b. Crushed rock shall be used for embedment. 42 c. Place evenly spread bedding material on a film trench bottom. 43 d. Spread bedding so that lines and grades are maintained and that there are no 44 sags in the sanitary sewer pipe line. 45 e. Provide firm, uniform bedding. 46 1) Additional bedding may be required if ground water is present in the 47 trench. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 330510-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 20 1 2) If additional crushed rock is required which is not specifically identified in 2 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 f. Place pipe on the bedding according to the alignment of the Drawings. 5 g. Place remaining embedment, including initial backfill,to a minimum of 6 6 inches, but not more than 12 inches, above the pipe. 7 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 8 i. Density test may be required to verify that the compaction meets the density 9 requirements. 10 E. Trench Backfill 1 1 1. At a minimum, place backfill in such a manner that the required in-place density 12 and moisture content is obtained, and so that there will be no damage to the surface, 13 pavement or structures due to any trench settlement or trench movement. 14 a. Meeting the requirement herein does not relieve the responsibility to damages 15 associated with the Work. 16 2. Backfill Material 17 a. Final backfill depth less than 15 feet 18 l) Backfill with: 19 a) Acceptable backfill material 20 b) Blended backfill material, or 21 c) Select backfill material, CSS, or CLSM when specifically required 22 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 23 l) Backfill depth from 0 to 15 feet deep 24 a) Backfill with: 25 (1) Acceptable backfill material 26 (2) Blended backfill material, or 27 (3) Select backfill material, CSS, or CLSM when specifically required 28 2) Backfill depth from 15 feet and greater 29 a) Backfill with: 30 (1) Select Fill 31 (2) CSS, or 32 (3) CLSM when specifically required 33 c. Final backfill depth 15 feet or greater: (not under pavement or future pavement) 34 1) Backfill with: 35 a) Acceptable backfill material, or 36 b) Blended backfill material 37 d. Backfill for service lines: 38 1) Backfill for water or sewer service lines shall be the same as the 39 requirement of the main that the service is connected to. 40 3. Required Compaction and Density 41 a. Final backfill (depths less than 15 feet) 42 1) Compact acceptable backfill material, blended backfill material or select 43 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 44 moisture content within -2 to+5 percent of the optimum moisture. 45 2) CSS or CLSM requires no compaction. 46 b. Final backfill (depths 15 feet and greater/under existing or future pavement) 47 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 48 ASTM D 698 at moisture content within -2 to+5 percent of the optimum 49 moisture. CiTY OF FORT WORTi I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 12,2016 33 05 10- 17 UTiLiTY'1'RENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 20 1 2) CSS or CLSM requires no compaction. 2 c. Final backfill (depths 15 feet and greater/not under existing or future pavement) 3 1) Compact acceptable backfill material blended backfill material, or select 4 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 5 moisture content within -2 to+5 percent of the optimum moisture. 6 4. Saturated Soils 7 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 8 optimum moisture content, the soils are considered saturated. 9 b. Flooding the trench or water jetting is strictly prohibited. 10 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 11 Appendix, Contractor shall proceed with Work following all backfill 12 procedures outlined in the Drawings for areas of soil saturation greater than 5 13 percent. 14 d. If saturated soils are encountered during Work but not identified in Drawings or 15 Geotechnical Report in the Appendix: 16 1) The Contractor shall: 17 a) Immediately notify the City. 18 b) Submit a Contract Claim for Extra Work associated with direction from 19 City. 20 2) The City shall: 21 a) Investigate soils and determine if Work can proceed in the identified 22 location. 23 b) Direct the Contractor of changed backfill procedures associated with 24 the saturated soils that may include: 25 (1) Imported backfill 26 (2) A site specific backfill design 27 5. Placement of Backfill 28 a. Use only compaction equipment specifically designed for compaction of a 29 particular soil type and within the space and depth limitation experienced in the 30 trench. 31 b. Flooding the trench or water setting is strictly prohibited. 32 c. Place in loose lifts not to exceed 12 inches. 33 d. Compact to specified densities. 34 e. Compact only on top of initial backfill, undisturbed trench or previously 35 compacted backfill. 36 f. Remove any loose materials due to the movement of any trench box or shoring 37 or due to sloughing of the trench wall. 38 g. Install appropriate tracking balls for water and sanitary sewer trenches in 39 accordance with Section 33 05 26. 40 6. Backfill Means and Methods Demonstration 41 a. Notify the City in writing with sufficient time for the City to obtain samples 42 and perform standard proctor test in accordance with ASTM D698. 43 b. The results of the standard proctor test must be received prior to beginning 44 excavation. 45 c. Upon commencing of backfill placement for the project the Contractor shall 46 demonstrate means and methods to obtain the required densities. 47 d. Demonstrate Means and Methods for compaction including: 48 1) Depth of lifts for backfill which shall not exceed 12 inches 49 2) Method of moisture control for excessively dry or wet backfill CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 12,2016 33 05 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 20 1 3) Placement and moving trench box, if used 2 4) Compaction techniques in an open trench 3 5) Compaction techniques around structure 4 e. Provide a testing trench box to provide access to the recently backfilled 5 material. 6 f. The City will provide a qualified testing lab full time during this period to 7 randomly test density and moisture continent. 8 1) The testing lab will provide results as available on the job site. 9 7. Varying Ground Conditions 10 a. Notify the City of varying ground conditions and the need for additional 1 1 proctors. 12 b. Request additional proctors when soil conditions change. 13 c. The City may acquire additional proctors at its discretion. 14 d. Significant changes in soil conditions will require an additional Means and 15 Methods demonstration. 16 3.5 REPAIR [NOT USED] 17 3.6 RE-INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Field Tests and Inspections 20 1. Proctors 21 a. The City will perform Proctors in accordance with ASTM D698. 22 b. Test results will generally be available to within 4 calendar days and distributed 23 to: 24 1) Contractor 25 2) City Project Manager 26 3) City Inspector 27 4) Engineer 28 c. Notify the City if the characteristic of the soil changes. 29 d. City will perform new proctors for varying soils: 30 1) When indicated in the geotechnical investigation in the Appendix 31 2) If notified by the Contractor 32 3) At the convenience of the City 33 e. Trenches where different soil types are present at different depths,the proctors 34 shall be based on the mixture of those soils. 35 2. Density Testing of Backfill 36 a. Density Tests shall be in conformance with ASTM D2922. 37 b. Provide a testing trench protection for trench depths in excess of 5 feet. 38 c. Place, move and remove testing trench protection as necessary to facilitate all 39 test conducted by the City. 40 d. For final backfill depths less than 15 feet and trenches of any depth not tender 41 existing or future pavement: 42 1) The City will perform density testing twice per working day when 43 backfilling operations are being conducted. 44 2) The testing lab shall take a minimum of 3 density tests of the current lift in 45 the available trench. 46 e. For final backfill depths 15 feet and greater deep and under existing or future 47 pavement: CITY OF FORT WORT[I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 10- 19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 20 I 1) The City will perform density testing twice per working day when 2 backfilling operations are being conducted. 3 2) The testing lab shall take a minimum of 3 density tests of the current lift in 4 the available trench. 5 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 6 f. Make the excavation available for testing. 7 g. The City will determine the location of the test. 8 h. The City testing lab will provide results to Contractor and the City's Inspector 9 upon completion of the testing. 10 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 11 J. Test reports shall include: 12 1) Location of test by station number 13 2) Time and date of test 14 3) Depth of testing 15 4) Field moisture 16 5) Dry density 17 6) Proctor identifier 18 7) Percent Proctor Density 19 3. Density of Embedment 20 a. Storm sewer boxes that are embedded with acceptable backfill material, 21 blended backfill material, cement modified backfill material or select material 22 will follow the same testing procedure as backfill. 23 b. The City may test fine crushed rock or crushed rock embedment in accordance 24 with ASTM D2922 or ASTM 1556. 25 B. Non-Conforming Work 26 1. All non-conforming work shall be removed and replaced. 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 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. 3A.F,.5—Added language prohibiting flooding of trench CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 12,2016 3305 10-20 UTILITY"TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 20 I 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 22A Added language for concrete encasement 12/12/16 Z.Arega 2.2.A.I.d Modify gradation for sand material 1 CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No.: 100418, 100419,CO2449 Revised December 12,2016 33 05 14- 1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 —General Requirements 15 3. Section 32 01 17—Permanent Asphalt paving Repair 16 4. Section 32 01 29—Concrete Paving Repair 17 5. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 —Frame, Cover and Grade Rings 19 7. Section 33 39 10—Cast-in-Place Concrete Manholes 20 8. Section 33 39 20—Precast Concrete Manholes 21 9. Section 33 12 20—Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 23 11. Section 33 04 11 —Corrosion Control Test Station 24 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole—Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each"Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3305 14-2 ADJUSTING MANHOLES, INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 1 5) Grade rings or other adjustment device 2 6) Reuse of the existing manhole frame and cover 3 7) Furnishing, placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair, as required 6 10) Clean-up 7 2. Manhole - Major Adjustment 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to raise or lower a manhole to a grade as specified on the 11 Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each "Manhole Adjustment, 15 Major"completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation 19 3) Hauling 20 4) Disposal of excess material 21 5) Structural modifications, grade rings or other adjustment device 22 6) Reuse of the existing manhole frame and cover 23 7) Furnishing, placing and compaction of embedment and backfill 24 8) Concrete base material 25 9) Permanent asphalt patch or concrete paving repair, as required 26 10) Clean-up 27 3. Manhole - Major Adjustment with Frame and Cover 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment requiring structural 30 modifications to raise or lower a manhole to a grade specified on the 31 Drawings or structural modifications for a manhole requiring a new frame 32 and cover, often for changes to cover diameter. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each "Manhole Adjustment, 36 Major w/Cover"completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications, grade rings or other adjustment device 43 6) Frame and cover 44 7) Furnishing, placing and compaction of embedment and backfill 45 8) Concrete base material 46 9) Permanent asphalt patch or concrete paving repair, as required 47 10) Clean-up 48 4. Inlet 49 a. Measurement CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 33 05 14-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 1) Measurement for this Item shall be per each adjustment requiring structural 2 modifications to inlet to a grade specified on the Drawings. 3 b. Payment 4 1) The work performed and the materials furnished in accordance with this 5 Item will be paid for at the unit price bid per each "Inlet Adjustment" 6 completed. 7 c. The price bid shall include: 8 1) Pavement removal 9 2) Excavation 10 3) Hauling 11 4) Disposal of excess material 12 5) Structural modifications 13 6) Furnishing, placing and compaction of embedment and backfill 14 7) Concrete base material, as required 15 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 16 required 17 9) Clean-up 18 5. Valve Box 19 a. Measurement 20 1) Measurement for this Item shall be per each adjustment to a grade specified 21 on the Drawings. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 25 completed. 26 c. The price bid shall include: 27 1) Pavement removal 28 2) Excavation 29 3) Hauling 30 4) Disposal of excess material 31 5) Adjustment device 32 6) Furnishing, placing and compaction of embedment and backfill 33 7) Concrete base material, as required 34 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 35 required 36 9) Clean-up 37 6. Cathodic Protection Test Station 38 a. Measurement 39 1) Measurement for this Item shall be per each adjustment to a grade specified 40 on the Drawings. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each "Cathodic Protection 44 Test Station Adjustment'completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 3305 14-4 ADJUSTING MANHOLES,INLETS,VALVE,BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 5) Adjustment device 2 6) Furnishing, placing and compaction of embedment and backfill 3 7) Concrete base material, as required 4 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 5 required 6 9) Clean-up 7 7. Fire Hydrant 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring stem 10 extensions to meet a grade specified by the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each "Fire Hydrant Stem 14 Extension"completed. 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Adjustment materials 21 6) Furnishing, placing and compaction of embedment and backfill 22 7) Concrete base material, as required 23 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 24 required 25 9) Clean-up 26 8. Miscellaneous Structure This lic in is nncu(lc(l lily it uniync'.slrllcllnrr. hill//c/11 27 shold(i ilIC/n(/c, (lcl(lils In i(l('mi/1, I/!c sp"cilic.slrnclilrc (i.r. .11i.scclluncnll.s S11•11Cllu'r 28 .hlJiollllc'lli. SI(I. / 00, 29 a. Measurement 30 1) Measurement for this Item shall be per each adjustment requiring structural 31 modifications to said structure to a grade specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Miscellaneous Structure 35 Adjustment" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material 41 5) Structural modifications 42 6) Furnishing, placing and compaction of embedment and backfill 43 7) Concrete base material 44 8) Permanent asphalt patch or concrete paving repair, as required 45 9) Clean-up 46 1.3 REFERENCES 47 A. Definitions 48 1. Minor Adjustment CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 33 05 14-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 a. Refers to a small elevation change performed on an existing manhole where the 2 existing frame and cover are reused. 3 2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5 which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7 B. 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. Texas Commission on Environmental Quality(TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 13 Related Structures. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER-FURNISHED IOR] OWNER-SUPPLIED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Cast-in-Place Concrete 27 1. See Section 03 30 00. 28 B. Modifications to Existing Concrete Structures 29 1. See Section 03 80 00. 30 C. Grade Rings 31 1. See Section 33 05 13. 32 D. Frame and Cover 33 1. See Section 33 05 13. 34 E. Backfill material 35 1. See Section 33 05 10. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 330514-6 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 04 11. 5 H. Cast-in-Place Concrete Manholes 6 1. See Section 33 39 10. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification of Conditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verification 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blocks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Use the least number of grade rings necessary to meet required grade. 32 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33 rings. 34 b. The maximum height of adjustment shall be no more than 12 inches for any 35 combination of grade rings. If 12 inches is required, use 3 —4 inch rings. 36 B. Valve Boxes 37 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 38 the Drawings. CITY OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 33 05 14-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE. Page 7 of 7 1 C. Backfill and Grading 2 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3 33 05 10. 4 D. Pavement Repair 5 1. If required pavement repair is to be performed in accordance with Section 32 01 17 6 or Section 32 01 29. 7 3.5 REPAIR/RESTORATION [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 [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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A--Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover,Added 12/20/2012 D..lohnson items to be included in price bids. Blue text added for clarification for miscellaneous structure adjustments 3.4 -Pavement repair requirements were added 9/20/2017 W.Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 18 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 33 05 26- 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 1 1 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 01 33 00. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419.CO2449 Revised December 20,2012 33 0526-2 UTILITY MARKERS/LOCATORS Page 2 of 4 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATIONAL 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 IoR] 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 01 60 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 01 25 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 4 1 (l) 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised December 20,2012 33 0526-4 UTILITY MARKERS/LOCATORS Page 4 of 4 I a. Buried Features 2 1) Place directly above a buried feature. 3 b. Above-Ground Features 4 1) Place a maximum of 2 fleet 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 CI'T'Y OF FORT WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3305 30-1 LOCATION OF EXISTING UTILITIES Page I 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 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 perfonned 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 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 l) 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 CI/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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3305 30-3 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, oras 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 33 05 30-4 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 10111 SITE QUALITY CONTROL [NOT USED] 18 3.8 SYSTEM STARTUP [NOT USED] 19 3.9 ADJUSTING [NOT USED] 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 I?xcavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson L_'—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 27 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised December 20,2012 3341 10-1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 1 of 12 1 SECTION 33 41 10 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 01 31 —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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 3341 10-2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 12 1 5) Hauling 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 tinder"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 1 1) 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. T1 11, 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 m. 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. D 113, 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-704-I, 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 01 33 00. 31 B. All submittals shall be approved by the City prior to delivery. 32 1.6 ACTION SUBMITTALS/INFORMATION 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 1 1 recommendation. 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER-FURNISHED 10R] 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 C1433. 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 3341 10-5 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 '/2 may 27 be removed longitudinally without disturbing the other 1/2 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 T11 1 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 D113 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 111 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 111 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 11 of ASTM C76, provided test strength 18 requirements for Class 111 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUML'NI'S City Project No.: 100418, 100419,CO2449 Revised July 1,2011 3341 10-7 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 3341 10-8 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1.2011 3341 10-9 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 leaking 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised July 1,2011 3341 10-10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 12 l 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 pipe/box ends before pipe is placed in trench. 18 6. Protect pipe/box 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 33 41 10- 11 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I I 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 l) 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July I,2011 334600-1 SUBDRAINAGE 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 334600-2 SUBDRAINAGE Page 2 of 6 1 12) Riprap 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. M 196, 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 01 33 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 WORTI I Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 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 O lerv�0 to 15 31 Over 15 37 15 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 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 [OR] 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 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 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised December 20,2012 334940-1 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 1 of 5 1 SECTION 33 49 40 2 STORM DRAIN HEADWALLS, WINGWALLS AND SAFETY END TREATMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Storm drain headwalls, wingwalls, and safety end treatments 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 02 41 13--Selective Site Demolition 14 4. Section 03 30 00—Cast-In-Place Concrete 15 5. Section 3137 00—Riprap 16 6. Section 33 05 10—Utility Trench Excavation, Embedment and Backfill 17 7. Section 33 41 10—Reinforced Concrete Storm Sewer Pipe/Culverts 18 D. Standard Details 19 1. Concrete Headwall -Refer to TXDOT Fort Worth District Details 20 2. Concrete Wingwall-Refer to TXDOT Fort Worth District Details 21 3. Safety End Treatment-Refer to TXDOT Fort Worth District Details 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Concrete Headwall 25 a. Measurement 26 1) Measurement for this Item shall be per each"Headwall" satisfactorily 27 completed as specified on the Drawings. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 will be paid for at the unit price bid per each "Headwall'installed for: 31 a) Various pipe sizes 32 b) Various types 33 c) Various number of pipes 34 c. The price bid shall include: 35 1) Constructing, furnishing,transporting and installing the Concrete Headwall 36 2) Connecting to the existing structure 37 3) Breaking back,removing and disposing of portions of the existing structure 38 4) Replacing portions of the existing structure to make connections 39 5) Excavation 40 6) Hauling CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011 334940-2 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 2 of 5 1 7) Disposal of excess material 2 8) Furnishing, placing and compaction of backfill 3 9) Concrete, as required by Drawings 4 10) Reinforcing Steel, if required by Drawings 5 11) Corrugated metal pipe, if required by Drawings 6 12) Reinforced concrete pipe, if required by Drawings 7 13) Clean-up 8 2. Safety End Treatment 9 a. Measurement 10 1) Measurement for this Item shall be per each "SET" satisfactorily completed 11 as specified on the Drawings. 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 will be paid for at the unit price bid per each "SET" installed for: 15 a) Various types 16 b) Various pipe sizes 17 c) Various number of pipes 18 c. The price bid shall include: 19 1) Constructing, furnishing,transporting and installing the Concrete Headwall 20 2) Connecting to the existing structure 21 3) Breaking back, removing and disposing of portions of the existing structure 22 4) Replacing portions of the existing structure to make connections 23 5) Excavation 24 6) Hauling 25 7) Disposal of excess materials 26 8) Furnishing, placing and compaction of backfill 27 9) Concrete, as required by Drawings 28 10) Reinforcing Steel, if required by Drawings 29 11) Corrugated metal pipe, if required by Drawings 30 12) Reinforced concrete pipe, if required by Drawings 31 13) Clean-up 32 1.3 REFERENCES 33 A. Definitions 34 1. Headwalls- all walls, including wings, at the ends of single-barrel and multiple- 35 barrel pipe culvert structures 36 2. Wingwalls -all walls at the ends of single-barrel or multiple-barrel box culvert 37 structures 38 B. 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 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 43 1.5 SUBMITTALS 44 1. Refer to Section 03 30 00. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011 334940-3 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 3 of 5 1 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] 5 1.10 DELIVERY, STORAGE,AND HANDLING 6 A. Delivery and Acceptance Requirements 7 1. Marking 8 a. Before shipment from the casting or fabrication yard, clearly mark the 9 following on each precast unit: 10 1) Date of manufacture 11 2) Name or trademark of the manufacturer 12 3) Type and size designation 13 2. Causes for Rejection 14 a. Precast units may be rejected for not meeting any one of the Specification 15 requirements. 16 b. Individual units may also be rejected for fractures or cracks passing through the 17 wall or surface defects indicating honeycombed or open texture surfaces. 18 c. Remove rejected units from the project, and replace them with acceptable units 19 meeting the requirements of this Section. 20 B. Storage and Handling Requirements 21 1. Secure and maintain a location to store the material in accordance with Section 01 22 6600. 23 2. Store precast units on a level surface. 24 3. Do not place any loads on precast concrete units until design strength is reached. 25 4. Do not ship units until design strength requirements have been met. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2 - PRODUCTS 29 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 30 2.2 EQUIPMENT,PRODUCT TYPES AND MATERIALS 31 A. Materials 32 1. Concrete 33 a. Furnish concrete that conforms to the provisions of Section 03 30 00. 34 2. Reinforcing Steel 35 a. Furnish reinforcing steel that conforms to the requirements of Section 03 30 00. 36 B. Fabrication 37 1. Fabricate cast-in-place concrete units and precast units in accordance with 38 Section 03 30 00. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011 33 4940-4 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 4 of 5 1 1) Safety End Treatment will be precast for 30-inch and smaller diameters and 2 cast in place for greater than 30-inch diameters. 3 2. Fabrication Tolerances 4 a. Lifting Holes 5 1) For precast units, provide no more than 4 lifting holes in each section. 6 2) Lifting holes may be cast, cut into fresh concrete after form removal or 7 drilled. 8 3) Provide lifting holes large enough for adequate lifting devices based on the 9 size and weight of the section. 10 a) The maximum hole diameter is 3 inches at the inside surface of the wall 11 and 4 inches at the outside surface. 12 b) Do not cut more than 1 longitudinal wire or 2 circumferential wires per 13 layer of reinforcing steel when locating lift holes. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION [NOT USED] 19 3.3 PREPARATION 20 A. Removal 21 1. Remove all or portions of existing structures in accordance with Section 02 41 13. 22 2. Drill, dowel and grout in accordance with Section 03 30 00. 23 3.4 INSTALLATION 24 A. Interface with Other Work 25 1. Make connections to new or existing structures in accordance with the details 26 shown on the Drawings. 27 2. Furnish jointing material in accordance with Section 33 41 10, or as shown on the 28 Drawings. 29 B. Excavation, Shaping, Bedding and Backfill 30 a. Excavate, shape, bed and backfill in accordance with Section 33 05 10. 31 b. Take special precautions in placing and compacting the backfill to avoid any 32 movement or damage to the units. 33 c. Bed precast units on foundations of firm and stable material accurately shaped 34 to conform to the bases of the units. 35 C. Placement of Precast Units 36 a. Provide adequate means to lift and place the precast units. 37 1) Utilize sufficient number of lifting holes to ensure that the units are not 38 damaged during lifting. 39 b. Fill lifting holes with mortar or concrete and cure. 40 1) Precast concrete or mortar plugs may be used. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 334940-5 STORM DRAIN HEADWALLS,WINGWALLS AND SAFETY END TREATMENTS Page 5 of 5 1 3.5 REPAIR 2 A. Occasional imperfections in manufacture or accidental damage sustained during 3 handling may be repaired. 4 1. The repaired units will be acceptable if they conform to the requirements of this 5 Section and the repairs are sound, properly finished and cured in conformance with 6 pertinent Specifications. 7 B. Repair spalled areas around lifting holes. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD 10R] SITE 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 19 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised July 1,2011 Division 34 Transportation 344130-1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 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. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs 15 a. Measurement 16 1) Measurement for this Item shall be per each sign installed. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 shall be paid for at the unit price bid per each"Furnish/Install Alum Sign 20 Mast Arm Mount' installed for: 21 a) Various types 22 c. The price bid shall include: 23 1) Fabricating the aluminum sign 24 2) Treatment of sign panels required before application of background 25 materials 26 3) Application of the background materials and messages to the sign panels 27 4) Furnishing and fabricating frames,windbeams, stiffeners, or required joint 28 backing strips 29 5) Furnishing bolts,rivets, screws,fasteners, clamps, brackets,and sign 30 support connections 31 6) Assembling and erecting the signs 32 7) Preparing and cleaning the signs 33 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs 34 a. Measurement 35 1) Measurement for this Item shall be per each sign installed. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 shall be paid for at the unit price bid for each"Install Alum Sign Mast Arm 39 Mount' installed. 40 c. The price bid shall include: 41 1) Installing each Aluminum Sign CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised November 12,2013 3441 30-2 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 CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised November 12,2013 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—09e1 —"Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised November 12,2013 3441 30-4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A 1011 /A 1011- 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 Zinc". 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 SUBMITTALSANFORMATIONAL 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 01 50 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 01 25 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 II,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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised November 12,2013 3441 30-6 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 A101 1 /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 across-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-1 17-09. 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. CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised November 12,2013 3441 30-8 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 '/ X l '/ ±0.006 1 3/4 X 1 3/4 ±0.008 2 X 2 ±0.008 2 '/4 X 2 '/4 ±0.010 2 '/2X 2 1/2 ±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 l '/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 2 'AX 2 '/4 ±0.014 0.062 2 '/ X 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised November 12,2013 3441 30-9 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 IOR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 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 Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised November 12,2013 ndix APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park.Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July I,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised July I,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,002449 Revised JuIY 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,002449 Revised July 1,2011 CITY OF FORT WORTH CONTRACT COMPLIANCE MEMORANDUM THIS FORM MUST BE ATTACHED TO THE ROUTING "M& C" BEFORE LEGAL AND CITY MANAGER APPROVAL. To: Bryan Lyness (underline appropriate one) Prosect Manager Buyer Department Director From: Melani Valle 2675 MNVBE Office Staff Extension Date: April 11, 2018 Recommended Base Bid Award Amount of$ 941,005.00 02449 Project No(s). Project/Bid: Improvements at Deer Creek Park, Remington Pointe Park and Foster Park (South) 1. Compliance with the City's BDE Ordinance has been achieved by one of the following methods: a) Northstar Construction, LLC is in compliance with the City's BDE Ordinance by committing to 25% MBE participation on the PACSD base bid price only. The City's MBE goal on this base bid contract is 25%. I: - - u �[�%9 „'9 9 r I r.�r M r r, 9 , r��:.'---'9 9'.� 1 1 r r� -I I I I ...... : I 11 , ,���e,,�,,r 1, I> i .1, �, "Y ,l �� r� % ,', . 99 �' a <: �', xa �, ,,r.r., r� � i r r r r r rrr r r r�r r 9 r . .. I O . ., 1. :.. 91� r r-1 I�I I I I, r �'rr r 9 ,:� %R 0 lit,. """ %�E� . 9 ,. -�9 11 .� �i is �" '�r I ATTACHMENT IA Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Northstar Construction, LLC Offeror PROJECT NAME: ✓ NON-MM:"nEF Deer Creek Park, Remington Pointe Park and Foster Park (South) BID DATE 03/29/2018 City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 25 Bio 25 Bio 100418, 100419, CO2449 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"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 Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTORISUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E Logan Trucking, Inc. 8624 Marigold Drive Dallas,TX 75241 214-908-1080/972-228-4121 ❑ Trucking $ 8,800.00 Jack Logan logan.trucking@yahoo.com Martinez Construction Services 1 Playgrounds dba MCS and Site $ 228,550.00 836 Big Sky Lane Ft. Worth,TX 76131 ❑ Amenites 817-975-8641 Ruben Martinez rmartinez.mcs@gmail.com Cowtown RediMix 1 Ready Mix P.O. Box 162327 Concrete $ 92,000.00 Ft. Worth, TX 76161 El817-759-1919 Max Ulrich maxcowtown@yahoo.com Barnsco, Inc. 1 Reinforcing Steel P.O. Box 541087 and Concrete $ 21,800.00 Dallas, TX 75354El 1:1 Acccessores 817-740-2400 Greg Forbess greg@barnsco.com Acme Fence Services 1 Guardrail and 2509 Minnis Drive Fencing Ft.worth,Tx 76117 9 $ 31,500.00 John Davis ❑ John Davis johndavis@acmefenceservices.net LB Transportation, LLC 1 Rock and Sand P.O. Box 1016 $ 8,000.00 Keller, TX 76244 817-337-6830 ElLauren Burton-Munro lauren@Ibtransportationllc.com Rev.2/10/15 FORTWORTH ATTACHMENT 1A 14� Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax f B B B Work Purchased Email E E Contact Person E Rev.2/10/15 FORT WORTH ATTACHMENT 1A - � Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 237,350.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 153,300.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 390,650.00 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o 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. rNtLcrAd 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 04/02/2018 C"State/zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,002449 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418, 100419,CO2449 Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,002449 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Deer Creek Park,Remington Pointe Park,Foster Park(South) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 100418,100419,CO2449 Revised July 1,2011