Loading...
HomeMy WebLinkAboutContract 46783 (2)FORT WORTH PROJECT MANUAL FOR min SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. CONSTRUCTION'S COPY CLIENT DEPARTMENT CITY SECRETARY 4ri ?.3 CONTRACT NO. THE CONSTRUCTION OF PARK RENOVATIONS AT: Park Name Oakmont Linear Jefferson Davis Hallmark Park Betsy Price Mayor City Proiect No. 02189 02190 02191 DOE No. 7381 7382 7383 David Cooke City Manager Richard Zavala Director, Parks and Community Services Department Prepared for The City of Fort Worth Parks and Community Services Department 2015 Caye Cook & Associates 12700 Hillcrest Road, Suite 149 Dallas, TX 75230 RECEIVED JUN 2 5 2015 OFFICIAL RECORD CITY SECRETARY FT. WORTS, TX Cave Cook 02 41 13 12 93 00 12 93 10 31 10 00 31 22 00 32 13 20 32 31 26 32 92 13 SECTION 00 10 00 SEALS PAGE & Associates Selective Site Demolition Site Furnishings Cast in Place ADA Tile Site Clearing Earthwork Concrete Sidewalks, Driveways and Barrier Free Ramps Wire Fences and Gates Hydro -Mulching, Seeding, and Sodding Jaster Ouintanilla Engineering 03 30 00 Cast -In -Place Concrete 31 23 16 Unclassified Excavation 31 25 00 32 11 29 32 12 16 32 13 13 32 13 73 32 16 13 32 17 23 33 05 10 33 41 10 Erosion and Sediment Control Lime Treated Base Course Asphalt Paving Concrete Paving Concrete Paving Joint Sealants Concrete Curb and Gutters and Valley Gutters Pavement Markings Utility Trench Excavation, Embedment and Backfill Reinforced Concrete Storm Drain Pipe Culverts Gerard & Associates Consulting Engineers 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 33 26 05 34 26 05 35 Raceways and Boxes for Electrical Systems Conductors Electrical Service Pedestals C. PICKER'. 1%4.. 0( cNAt r%dr FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidder's Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01- General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 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 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 02189, 02190, 02191 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02 0241 13 Division 03 03 30 00 Division 12 12 93 00 12 93 10 Division 26 26 05 00 26 05 10 26 05 33 26 05 34 26 05 35 Division 31 31 10 00 31 22 00 31 23 16 31 25 00 - Existing Conditions Selective Site Demolition - Concrete Cast -In -Place Concrete - Furnishings Site Furnishings Cast in Place ADA Tile - Electrical Common Work Results for Electrical Demolition for Electrical Systems Raceways and Boxes for Electrical Systems Conductors Electrical Service Pedestals - Earthwork Site Clearing Earthwork Unclassified Excavation Erosion and Sediment Control Division 32 - 32 11 29 32 12 16 32 13 13 32 13 20 32 13 73 32 16 13 32 17 23 32 31 26 32 92 13 Division 33 - 33 05 10 33 41 10 Appendix GC-4.02 GC-6.06.D GC-6.07 Exterior Improvements Lime Treated Base Course Asphalt Paving Concrete Paving Concrete Sidewalks, Driveways and Barrier Free Ramps Concrete Paving Joint Sealants Concrete Curb and Gutters and Valley Gutters Pavement Markings Wire Fences and Gates Hydro -Mulching, Seeding, and Sodding Utilities Utility Trench Excavation, Embedment and Backfill Reinforced Concrete Storm Drain Pipe Culverts Geotechnical Report — Halhnark Park Minority and Women Owned Business Enterprise Compliance Wage Rates END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 M&C - Council Agenda Page 1 of 3 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 5/12/2015 DATE: Tuesday, May 12, 2015 REFERENCE NO.: **C-27291 LOG NAME: 80PARK RENOVATIONS AT 3 PK SITES C.GREEN SCAPING SUBJECT: Authorize Execution of a Construction Contract with C. Green Scaping, LP, in the Amount of $418,267.20 for the Construction of Park Renovations at Oakmont Linear Park South, Hallmark Park and Jefferson Davis Park and Provide for Staff Costs and Contingencies for a Total Project Cost of $610,464.81 (COUNCIL DISTRICTS 6, 8 and 9) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with C. Green Scaping, LP, in the amount of $418,267.20 for the construction of the park renovations at Oakmont Linear Park South, Hallmark Park and Jefferson Davis Park and authorize the waiver of certain related development fees. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award of a construction contract to C. Green Scaping, LP, in the amount of $418,267.20 for the construction of park renovations at Oakmont Linear Park South (CD 6), Hallmark Park (CD 8) and Jefferson Davis Park (CD 9). In addition to prior appropriations from Gas Lease Revenue, Pipeline Easements, Park Dedication Fees and Access Agreements outlined below, in March of 2014, Macy's Department Stores partnered with the National Recreation and Park Association to help raise funds for local parks nationwide. The Heart Your Park program allowed Macy's customers to make donations to a local park of Macy's employees' choosing and Macy's Hulen (Store No. 678) chose Oakmont Linear Park. A donation of $250.00 was received on June 9, 2014, which is appropriated as part of anticipated gifts in the annual budget ordinance. Total funding is summarized in the table below: Parks Oakmont Linear Park South Hallmark Park Jefferson Davis Park Total Gas Lease Pipeline Park Bonus Easement Dedication Fee Access Agreement $204,466.25 $ 0.00 $ 0.00 $ 0.00 $112,400.00 $55,607.50 $104,117.06 0.00 $420,983.31 $55,607.50 $63,930.00 Other Donation $250.00 Total $204,716.25 M&C's G- 17586 G- 17586 $63,930.00 $ 0.00 $ 0.00 $231,937.50 G- 17817 L-14722 G- $ 0.00 $96,444.00 $ 0.00 $200,561.06 -17817 L-15161 $96,444.00 $250.00 $637,214.81 On March 24, 2014, a Standard Agreement for Landscape Architecture Related Design Services was executed with Gaye Cook and Associates (M&C C-26668, City Secretary No. 45448) in the amount of 5/13/2015 M&C - Council Agenda Page 2 of 3 $96,430.00 for design and engineering of park improvements at Eugene McCray Park at Lake Arlington, Oakmont Linear Park South, Hallmark Park and Jefferson Davis Park. The resulting project, excluding Eugene McCray Park at Lake Arlington which is being developed separately, was advertised on January 22, 2015 and January 29, 2015 in the Fort Worth Star-Telearam. On February 19, 2014, the following bids were received and tabulated as follows: 'Bidders C. Green Scaping L.P. 2LConstruction Northstar Construction, L.L.C. Raydon, Inc. INorth Rock Construction L.L.C. The Base Bid items include: Base Bid jAIternate Bidsll Total I$333,205.201 $ 85,062.001$418,267.20 1$354,137.001 $ 86,600.001 $440,737.00 $378,415.001 $ 75,746.00J $454,161.00 $357,045.901 $100,429.10J $457,475.00 $427,008.9811 $116,195.961$543,204.94 Installation of a new multi -use 6 foot trail connection and two benches at Oakmont Linear Park South. Installation of a 6 foot neighborhood trail connection with a low water crossing, two benches and the expansion of the existing parking lot at Hallmark Park. Installation of a new perimeter 6 foot trail, benches and security lighting at Jefferson Davis Park. The Bid Alternate items include: Installation of a 4 foot right-of-way walk extension at Oakmont Linear Park South. Installation of two additional feet to the 6 foot base bid trail (8 feet in total) and a construction allowance in the amount of $2,500.00 at Oakmont Linear Park South. Installation of two picnic tables and a construction allowance in the amount of $7,500.00 at Hallmark Park. Installation of a multi -use court, two picnic tables, two benches and a construction allowance in the amount of $7,500.00 at Jefferson Davis Park. It is recommended that the Base Bid amount of $333,205.20 and the Bid Alternate in the amount of $85,062.00 totaling $418,267.20, as submitted by C. Green Scaping, LP, be approved for award of contract. The contract period is 120 calendar days. Associated construction administration, inspection, testing and change order contingency funding totals $115,518.76.Upon approval of this M&C, appropriations and contracts are allocated as follows: Caye Cook and Associates Design Design phase administration and review C. Green Scaping LP Construction Construction phase administration, inspection and change order contingency Total Project Appropriations 1 Oakmont Linear Park South $ 26, 500.00 Hallmark Park $ 27,675.00 Jefferson Davis Park $ 21, 500.00 $ 17,639.311 $ 10,114.54 $132,201.00 $137,000.20 $149,066.00 $ 46,015.25 $ 49,622.99 $204,716.25 $231,937.50 $ 19,880.52 Total $ 75,675.00 $ 27,753.85 $418,267.20 $115,518.76 $200,561.06 $637,214.81 M/WBE OFFICE - C. Green Scaping, LP, is in compliance with the City's Business Diversity Ordinance by committing to 13 percent MBE participation on the PACSD base bid price only. Additionally, C. Green Scaping, LP, is a certified M/WBE firm. 5/13/2015 M&C - Council Agenda Page 3 of 3 Staff recommends that the City Council waive the following fees related to the required improvements that would otherwise be charged by the City at any time prior to the completion deadline: (i) all plan review, inspection and re -inspection fees and (ii) all electrical permit fees. All other fees charged or assessed by the City, in accordance with applicable federal, state and local laws, ordinances, rules and regulations, are not waived and shall be fully payable. Staff recommends these fee waivers as an appropriate tool that will serve the public purpose of installing park improvements on public parks located at three City -owned parks, as authorized by Article 3, Section 52 of the Texas Constitution. Because construction of the improvements will be overseen through the permitting processes outlined in the City Code, Staff has adequate controls in place to ensure that this public purpose is carried out. The estimated impact on the annual operating budget for Oakmont Linear Park is $600.00, Hallmark Park is $800.00 and Jefferson Davis Park is $2,164.00. Construction is anticipated to commence in May 2015 and will be completed by November 2015. Oakmont Linear Park South is located in COUNCIL DISTRICT 6, Hallmark Park is located in COUNCIL DISTRICT 8 and Jefferson Davis is located in COUNCIL DISTRICT 9. FISCAL INFORMATION / CERTIFICATION: The Financial Management Services Director certifies that appropriations are available in the current capital budget for this construction contract, as appropriated, of the Park Gas Well Leases Fund and the Park Dedication Fees Fund. FUND CENTERS: TO Fund/Account/Centers CERTIFICATIONS: Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: FROM Fund/Account/Centers 1) C282 541200 803490218980 1) C282 541200 809490219080 1) C282 541200 806490219180 1)C281 541200 806490219180 Susan Alanis (8180) Richard Zavala (5704) Carlos Gonzalez (5734) ATTACHMENTS 1. C. Green Scapinq L.P. SAM.pdf (CFW Internal) 2. CGS - CONTRACT COMPLIANCE MEMORANDUM.pdf (CFW Internal) 3. Hallmark FAR1 Construction Award.pdf (CFW Internal) 4. Hallmark FAR2 Construction Award.pdf (CFW Internal) 5. Hallmark Park Map.pdf (Public) 6. Jefferson Davis FAR Construction Contract.pdf (CFW Internal) 7. Jefferson Davis Park Map.cdf (Public) 8. Oakmont Linear Park South Map.pdf (Public) 9. Oakmont Linear South FAR Construction Award.pdf (CFW Internal) $132.201.00 $149.066.00 $73.070.20 $63.930.00 5/13/2015 ADDENDUM #1 PARK RENOVATIONS AT OAKMONT LINEAR, JEFFERSON DAVIS, AND HALLMARK PARK February 4, 2015 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL Replace Proposal Form (Section 00 42 43). Refer to Attached proposal. Section 00 42 43 Proposal Form Unit Price The following revisions were made to the Proposal Form Unit Price spread sheet. Base Bid Items, Unit 2 - Hallmark Park: Item 2-16 Revise from 4" Flexible Base to 3" Flexible Base. Item 2-16 Revise quantity of flexible base from 760 SY to 711 SY. Item 2-17 Revise quantity of Type D top coat from 760 SY to 711 SY. Item 2-18 Revise quantity of lime treatment from 760 SY to 782 SY. Item 2-19 Revise quantity of concrete curb and gutter from 246 LF to 231 LF. Alternate Bids, Unit 5 - Hallmark Parking (Alternate B2 on drawings): Item 5-01 Revise quantity of concrete from 760 SY to 711 SY. Item 5-02 Add the following: DEDUCT - 2" Asphalt Type D; Quantity: 711 SY Item 5-03 Add the following: DEDUCT - 3" Flex. Base, Type A; Quantity: 711 SY END OF ADDENDUM #1 Bid Opening Date: February 19, 2015. Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: February 4, 2015 ADDENDUM #2 PARK RENOVATIONS AT OAKMONT LINEAR, JEFFERSON DAVIS, AND HALLMARK PARK February 18, 2015 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET L3-08 Delete or replace Bench Model Number and Remarks on the Materials and Furnishing List with the following Model Number and Remarks. UPT954-P6/CL - 6' Lexington Park Bench with "Fort Worth" Logo END OF ADDENDUM #2 Bid Opening Date: February 19, 2015. Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: February 18, 2015 1 2 SECTION 0011 13 INVITATION TO BIDDERS 001113-1 INVITATION TO BIDDERS Page 1 of 2 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Renovations at Oakmont Linear Park #02189, Jefferson 6 Davis Park #02190, Hallmark Park #0219 twill be received by the City of Fort Worth Purchasing 7 Office: 8 9 City of Fort Worth 10 Purchasing Division 11 1000 Throckmorton Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, February 19, 2015, and bids will be opened publicly and read 14 aloud at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 18 Oakmont Linear Park —1400 LF of 8' concrete trail with 2 benches; Bid alternates include 19 additional 350 LF of concrete trail at optional 4' and 8' widths. 20 Jefferson Davis Park —1620 LF of 6' concrete trail with 2 benches and 4- 30' light poles with 21 LED fixtures; Bid alternates include basketball half -court; removal and replacement of 2 picnic 22 grills, 2 picnic tables and 2 benches. 23 Hallmark Park — 990 LF of 6' concrete trail with 2 benches and asphalt parking bay for 18 cars; 24 Bid alternates include 24' square pre -manufactured pavilion with site furniture and 110 LF 25 concrete walk; upgrading asphalt parking to concrete; removal and replacing existing picnic 26 tables. 27 28 PREQUALIFICATION 29 The improvements included in this project must be performed by a contractor who is pre- 30 qualified by the City at the time of bid opening. The procedures for qualification and pre- 31 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 32 33 DOCUMENT EXAMINATION AND PROCUREMENTS 34 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 35 of Fort Worth's Purchasing Division website at htta://www.fortworthaov.ora/nurchasina/ and 36 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 37 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 38 suppliers. 39 40 PREBID CONFERENCE 41 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 42 BIDDERS at the following location, date, and time: 43 DATE: Tuesday, February 3, 2015 44 TIME: 9:30 a.m. 45 PLACE: La Gran Plaza, 4200 South Parkway 46 Fort Worth, Texas 76115 47 LOCATION: Parks and Community Services 48 Conference Room #1 (2" a Floor) CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189, 02190, 02191 Revised July 1, 2011 00 11 13 -2 INVITATION TO BIDDERS Page 2 of 2 1 2 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 4 City reserves the right to waive irregularities and to accept or reject bids. 5 6 FUNDING 7 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 8 revenues generated from Gas Lease Bonus, Pipeline Easement and Park Dedication Fees and 9 dedicated by the City of Fort Worth, Texas, to the work under this INVITATION TO BIDDERS. 10 11 INQUIRIES 12 All inquiries relative to this procurement should be addressed to the following: 13 Attn: Carlos Gonzalez, City of Fort Worth 14 Email: carlos.gonzalez(a,fortworthtexas.gov_ 15 Phone: (817) 392-5734 16 AND/OR 17 Attn: Caye Cook, Caye Cook & Associates 18 Email: cave@ccalandscapearch.com 19 Phone: 214-739-9105 20 21 ADVERTISEMENT DATES 22 January 22, 2015 - First Advertisement 23 January 29, 2015 - Second Advertisement 24 25 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 SECTION 00 21 13 INSTRUCTIONS TO BIDDERS 002113-I INSTRUCTIONS TO BIDDERS Page 1 of 10 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 7 00 72 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural 11 thereof. 12 13 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation 14 acting directly through a duly authorized representative, submitting a bid for 15 performing the work contemplated under the Contract Documents. 16 17 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 18 corporation acting directly through a duly authorized representative, 19 submitting a bid for performing the work contemplated under the Contract 20 Documents whose principal place of business is not in the State of Texas. 21 22 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom 23 City (on the basis of City's evaluation as hereinafter provided) makes an 24 award. 25 26 2. Copies of Bidding Documents 27 28 2.1. Neither City nor Engineer shall assume any responsibility for errors or 29 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 30 Documents. 31 32 2.2. City and Engineer in making copies of Bidding Documents available do so only for 33 the purpose of obtaining Bids for the Work and do not authorize or confer a license or 34 grant for any other use. 35 36 3. Prequalification of Bidders (NOT USED) 37 38 4. Bidder's Statement of Qualifications 39 40 4.1. QUALIFICATIONS OF BIDDERS: Prime Bidder and all subcontractors to be used 41 by the bidder in the performance of this project shall be required to demonstrate their 42 experience necessary to successfully perform the proposed scope of work. The Prime 43 Bidder's specific (1) experience, (2) stability and (3) history of performance on 44 projects of a similar nature and scope will be considered. The BIDDER'S 45 STATEMENT OF QUALIFICATIONS shall be provided to the City for the purpose 46 of evaluating the Prime bidder/subcontractors' qualifications. PRIME 47 BIDDER/SUBCONTRACTOR QUALIFICATIONS 48 4.1.1. Demonstrate experience as either general or sub -contractor on a minimum of 49 three (3) projects similar in scope within the last three (3) years. CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 00 21 13 -2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 4.1.2. Provide listing of surety company(s) which issued bonds for previous projects 2 identified as demonstrated experience. 3 4 4.1.3. Provide name of surety company to be used for this project. 5 6 4.1.4. Provide a current certified financial statement as prepared by an independent 7 Certified Public Accountant. 8 9 4.1.5. Name and qualifications for the site superintendence of the work. 10 11 4.1.6. Identify at least 50% of work which is to be performed by the Prime Bidder 12 with its own organization and work crews under its superintendence. 13 14 4.1.7. All sub -contractors intended for use on this project shall also demonstrate 15 similar project scope experience (three similar projects in scope within last 16 three years) necessary to successfully perform their respective portion of 17 work on this project. 18 19 4.1.8. Submittal of Letters Of Intent for the use of specific subcontractors listed on 20 the Bidders Statement of Qualification form. The Prime Bidder shall submit 21 such Letters of Intent to the City no later than five (5) working days upon 22 being recognized as the overall qualified bidder by the City. Should the 23 Prime Bidder subsequently desire to substitute a subcontractor, the Prime 24 Bidder shall notify the Project Manager in writing along with Letter Of Intent 25 and experience qualifications for approval prior to commencement of 26 construction. 27 28 4.2. The documentation required herein shall be received by the Project Manager of the 29 Parks and Community Services Department no later than five (5) City business days 30 after the bid opening date, exclusive of the bid opening date. 31 32 4.3. Recommendation of award of contract shall be contingent upon the Bidder and / or 33 subcontractors meeting such qualification requirements. 34 35 4.5. Location and responsive ability of the firm will be considered. 36 37 4.6. If your firm anticipates entering into a joint venture with any other firm to conduct all or 38 part of the performance required under the proposed project, that firm should be specified 39 in your response. For each firm included in the joint venture, please provide the 40 information required above. Under the Contract executed for this work the City will 41 require your firm to be completely 100 percent responsible for fulfilling all aspects of the 42 contract bonds. Other films and employees that may be involved in their joint venture will 43 be treated by the City under the contract as if they were employees or subcontractors of 44 your firm. Other than those firms noted in the contract as a part of the joint venture, no 45 other firms will be allowed to participate in the joint venture without written consent from 46 the City. 47 48 5. Examination of Bidding and Contract Documents, Other Related Data, and Site 49 50 5.1. Before submitting a Bid, each Bidder shall: 51 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 00 21 13 -3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 5.1.1. Examine and carefully study the Contract Documents and other related 2 data identified in the Bidding Documents (including "technical data" 3 referred to in Paragraph 4.2. below). No information given by City or any 4 representative of the City other than that contained in the Contract 5 Documents and officially promulgated addenda thereto, shall be binding 6 upon the City. 7 8 5.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, 9 local and site conditions that may affect cost, progress, performance or 10 furnishing of the Work. 11 12 5.1.3. Consider federal, state and local Laws and Regulations that may affect 13 cost, progress, performance or furnishing of the Work. 14 15 5.1.4. 16 5.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at 17 or contiguous to the Site and all drawings of physical conditions relating 18 to existing surface or subsurface structures at the Site (except 19 Underground Facilities) that have been identified in the Contract 20 Documents as containing reliable "technical data" and (ii) reports and 21 drawings of Hazardous Environmental Conditions, if any, at the Site that 22 have been identified in the Contract Documents as containing reliable 23 "technical data." 24 25 5.1.6. Be advised that the Contract Documents on file with the City shall 26 constitute all of the information which the City will famish. All additional 27 information and data which the City will supply after promulgation of the 28 formal Contract Documents shall be issued in the form of written addenda 29 and shall become part of the Contract Documents just as though such 30 addenda were actually written into the original Contract Documents. No 31 information given by the City other than that contained in the Contract 32 Documents and officially promulgated addenda thereto, shall be binding 33 upon the City. 34 35 5.1.7. Perform independent research, investigations, tests, borings, and such 36 other means as may be necessary to gain a complete knowledge of the 37 conditions which will be encountered during the construction of the 38 project. On request, City may provide each Bidder access to the site to 39 conduct such examinations, investigations, explorations, tests and studies 40 as each Bidder deems necessary for submission of a Bid. Bidder must fill 41 all holes and clean up and restore the site to its former conditions upon 42 completion of such explorations, investigations, tests and studies. 43 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189,02190,02191 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 5.1.8. Determine the difficulties of the Work and all attending circumstances 2 affecting the cost of doing the Work, time required for its completion, and 3 obtain all information required to make a proposal. Bidders shall rely 4 exclusively and solely upon their own estimates, investigation, research, 5 tests, explorations, and other data which are necessary for full and 6 complete information upon which the proposal is to be based. It is 7 understood that the submission of a proposal is prima -facie evidence that 8 the Bidder has made the investigation, examinations and tests herein 9 required. Claims for additional compensation due to variations between 10 conditions actually encountered in construction and as indicated in the 11 Contract Documents will not be allowed. 12 13 5.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies 14 in or between the Contract Documents and such other related documents. 15 The Contractor shall not take advantage of any gross error or omission in 16 the Contract Documents, and the City shall be permitted to make such 17 corrections or interpretations as may be deemed necessary for fulfillment 18 of the intent of the Contract Documents. 19 20 5.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 21 22 5.2.1. those reports of explorations and tests of subsurface conditions at or 23 contiguous to the site which have been utilized by City in preparation of 24 the Contract Documents. The logs of Soil Borings, if any, on the plans are 25 for general information only. Neither the City nor the Engineer guarantee 26 that the data shown is representative of conditions which actually exist. 27 28 5.2.2. those drawings of physical conditions in or relating to existing surface 29 and subsurface structures (except Underground Facilities) which are at or 30 contiguous to the site that have been utilized by City in preparation of the 31 Contract Documents. 32 33 5.2.3. copies of such reports and drawings will be made available by City to any 34 Bidder on request. Those reports and drawings may not be part of the 35 Contract Documents, but the "technical data" contained therein upon 36 which Bidder is entitled to rely as provided in Paragraph 4.02. of the 37 General Conditions has been identified and established in Paragraph SC 38 4.02 of the Supplementary Conditions. Bidder is responsible for any 39 interpretation or conclusion drawn from any "technical data" or any other 40 data, interpretations, opinions or information. 41 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 2 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means, methods, techniques, sequences or 5 procedures of construction (if any) that may be shown or indicated or expressly required 6 by the Contract Documents, (iii) that Bidder has given City written notice of all 7 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 9 etc., have not been resolved through the interpretations by City as described in 10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 5.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 17 Documents. 18 19 6. Availability of Lands for Work, Etc. 20 21 6.1. The lands upon which the Work is to be performed, rights -of -way and easements for 22 access thereto and other lands designated for use by Contractor in performing the Work 23 are identified in the Contract Documents. All additional lands and access thereto 24 required for temporary construction facilities, construction equipment or storage of 25 materials and equipment to be incorporated in the Work are to be obtained and paid for 26 by Contractor. Easements for permanent structures or permanent changes in existing 27 facilities are to be obtained and paid for by City unless otherwise provided in the 28 Contract Documents. 29 30 6.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 31 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 32 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 33 the award of contract at any time before the Bidder begins any construction work on the 34 project. 35 36 6.3. The Bidder shall be prepared to commence construction without all executed right-of- 37 way, easements, and/or permits, and shall submit a schedule to the City of how 38 construction will proceed in the other areas of the project that do not require permits 39 and/or easements. 40 41 7. Interpretations and Addenda 42 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 7.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 2 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 3 received after this day may not be responded to. Interpretations or clarifications 4 considered necessary by City in response to such questions will be issued by Addenda 5 delivered to all parties recorded by City as having received the Bidding Documents. 6 Only questions answered by formal written Addenda will be binding. Oral and other 7 interpretations or clarifications will be without legal effect. 8 9 Address questions to: 10 11 City of Fort Worth 12 1000 Throckmorton Street 13 Fort Worth, TX 76102 14 Attn: Carlos Gonzales, Parks and Community Services 15 Fax: 817-392-5724 16 Email: Carlos.Gonzalez@fortworthtexas.gov. 17 Phone: 817-392-5734 18 19 7.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 20 City. 21 22 7.3. Addenda or clarifications may be posted via Buzzsaw at 23.http://www.fortworthtexas.gov/purchasing/PACS/02189-Oakmont Linear Park 24 Improvements/Addenda 25 26 7.4. A prebid conference may be held at the time and place indicated in the Advertisement or 27 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 28 Project. Bidders are encouraged to attend and participate in the conference. City will 29 transmit to all prospective Bidders of record such Addenda as City considers necessary 30 in response to questions arising at the conference. Oral statements may not be relied 31 upon and will not be binding or legally effective. 32 33 8. Bid Security 34 35 8.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 36 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 37 the requirements of Paragraphs 5.01 of the General Conditions. 38 39 8.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 40 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 41 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 42 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 43 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 44 other Bidders whom City believes to have a reasonable chance of receiving the award 45 will be retained by City until fmal contract execution. 46 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189,02190,02191 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 9. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 10. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 11. Substitute and "Or -Equal" Items 11 The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or "or -equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 19 20 12. Subcontractors, Suppliers and Others 21 22 12.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 23 12-2011 (as amended), the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 5:00 P.M. CST, five (5) City business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received. Failure to comply shall render the bid as non- 32 responsive. 33 34 12.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 35 or organization against whom Contractor has reasonable objection. 36 37 13. Bid Form 38 39 13.1. The Bid Form is included with the Bidding Documents; additional copies may be 40 obtained from the City. 41 42 13.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Foiin. A Bid price shall be indicated for each Bid item, alternative, and unit 45 price item listed therein. In the case of optional alternatives, the words "No Bid," 46 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 47 written in ink in both words and numerals, for which the Bidder proposes to do the 48 work contemplated or furnish materials required. All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals, the price in written words shall govern. 51 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 00 21 13 -8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 13.3. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signature. 5 6 13.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner, whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature. 10 11 13.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of formation of 13 the firm and the official address of the firm shall be shown. 14 15 13.6. Bids by individuals shall show the Bidder's name and official address. 16 17 13.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 13.8. All names shall be typed or printed in ink below the signature. 21 22 13.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 23 which shall be filled in on the Bid Form. 24 25 13.10. Postal and e-mail addresses and telephone number for communications regarding the 26 Bid shall be shown. 27 28 13.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 14. Submission of Bids 33 Bids shall be submitted on the prescribed Bid Foim, provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to City Manager of the City, and shall be enclosed in an opaque sealed envelope, 36 marked with the City Project Number, Project title, the name and address of Bidder, and 37 accompanied by the Bid security and other required documents. If the Bid is sent through the 38 mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope 39 with the notation "BID ENCLOSED" on the face of it. 40 41 15. Modification and Withdrawal of Bids 42 43 15.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 44 withdrawn prior to the time set for bid opening. A request for withdrawal must be 45 made in writing by an appropriate document duly executed in the manner that a Bid 46 must be executed and delivered to the place where Bids are to be submitted at any 47 time prior to the opening of Bids. After all Bids not requested for withdrawal are 48 opened and publicly read aloud, the Bids for which a withdrawal request has been 49 properly filed may, at the option of the City, be returned unopened. 50 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 00 21 13 -9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 15.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 16. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. 8 9 17. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 18. Evaluation of Bids and Award of Contract 15 16 18.1. City reserves the right to reject any or all Bids, including without limitation the rights 17 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder, whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 18.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders, Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 18.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers, and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs, maintenance requirements, performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 18.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 00 21 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 18.4. Contractor shall perform with his own organization, work of a value not less than 2 35% of the value embraced on the Contract, unless otherwise approved by the City. 3 4 18.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 18.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 18.7. A contract is not awarded until formal City Council authorization. If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 18.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 19. Signing of Agreement 24 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds, Certificates of Insurance, and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor. 29 30 31 32 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 27, 2012 02189, 02190, 02191 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. httD://www.ethics.state.tx.us/forms/CIQ.pdf httD://www.ethics.state.tx.us/forms/CIS.odf 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: C. Green Scaping, LP By: Curtis J. Green 2401 Handley Ederville Rd. Signature: 0 Fort Worth, TX 76118 END OF SECTION Title: Vice President CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth - Park Renovations TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: City Project No.: SECTION 00 41 00 BID FORM PARK RENOVATIONS AT: OAKMONT LINEAR PARK SOUTH, JEFFERSON DAVIS & HALLMARK PARKS 02189, 02190, 02191 11 1. Enter Into Agreement 00 41 00 BID FORM Page 1 of 3 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the Pvacution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth - Park Renovations 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Site clearing and demolition with minimum site disturbance b. Concrete paving c. Installation of site furniture and pre -manufactured pavilion d. Installation of site lighting 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 120 Calendar days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth - Park Renovations Total Base Bid Alternate Bids Total Bid 7. Bid Submittal This Bid is submitted on Respectfully su By: Signature) February 19, 2015 Curtis J. Green (Printed Name) Title: Vice President Company: C. Green Scaping, LP Address: 2401 Handley Ederville Rd. Fort Worth, TX 76118 State of Incorporation: Texas Email: careenCaareenscaaina.com Phone: 817-577-9299 END OF SECTION $333,219.00 $176, 600.90 $509,819.90 by the entity named below. Receipt is acknowledged of the following Addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: 00 41 00 BID FORM Page 3 of 3 Initial CG CG CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 Fort Worth - Park Renovations 004212 BID PROPOSAL Page 1 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlist Items No. BASE BIDS Project Item Information Bidder's Proposal Description UNIT 1 BASE BID ITEMS - JEFFERSON DAVIS PARK 1-01 Selective Site Demolition (Sht. L1-01) 1-02 Site Clearing,Tree Protection and Pruning (Sht. L1-01) 1-03 Earthwork for paving (Sht. L 2-01, L2-02) 1-04 Erosion and Sediment Control (Sht C1-1, C1-2) 1-05 Construction Entrance (Sht C1-2) 1-06 5" Conc. Sidewalk, Ramp and Paving (Sht. L3-01, L3-02) 1-07 Concrete curb and gutter (Sht. L3-01) 1-08 IADA tile at ramp (Sht. L3-01) 1-09 IBench,footinq (Sht. L3-01, L3-02) 1-10 'Pedestrian poles with lights, footings (Sht E-1, E-2, C3-3) 1-11 (Common Work for Electrical (Sht E-1, E-2) 1-12 IDemoltion for Electrical (Sht E-1, E-2) 1-13 'Seeding Bermuda grass (Sht L2-01, L2-02) UNIT 2 BASE BID ITEMS - HALLMARK PARK Specification Section No. Unit of Bid Unit Price il leasure Quantity 02 41 13 ( LS 1 $472.00 31 10 00 LS 1 $5,020.00 31 22 00 LS 1 $5,600.00 31 25 00 LS 1 $3,140.00 31 25 00 LS 1 $1,200.00 32 13 20 SF 9,900 $5.15 32 16 13 LF 10 $35.00 12 93 10 EA 1 $250.00 1293 00 1 EA 5 $1,435.00 12 93 00 1 EA 4 $4,550.00 26 05 00 LS 1 $17,940.001 26 05 10 LS 1 $2,000.00 32 92 13 LS 1 $3,500.00 UNIT 1 TOTAL' 2-01 Selective Site Demolition (Sht L1-02) 02 41 13 1 LS 1 $200.00 2-02 Concrete curb and gutter removal (Sht L1-02) 02 41 13 LS 1 $1,220.00 2-03 Site Clearing,Tree Protection and Pruning (Sht. L1-02) 31 00 00 LS 1 $5,255.00 2-04 Earthwork for paving (Sht. L 2-03, L2-04) 31 22 00 LS 1 $7,500.00 2-05 Erosion and Sediment Control (Sht C1-3, C1-4, C1-5) 31 25 00 LS 1 $4,740.00 2-06 Construction Entrance (Sht C1-3, 1-5) 31 25 00 LS 1 $1,200.00 2-07 Creek check Dam (Sht. C1-9) 31 25 00 LS 1 $1,100.00 2-08 5" Conc. Sidewalk, Ramp and Paving (Sht. L3-03, L3-04) 32 13 20 SF 6,140 $5.18 2-09 5" Concrete Sidewalk and Paving, 5' walk (Sht L3-03) 32 13 20 SF 125 $6.00 2-10 ADA tile at ramp (Sht. L3-04) 12 93 10 EA 1 $250.00I 2-11 Bench, footing (Sht. L3-03, L3-04) 12 93 00 EA 2 $1,435.001 2-12 Trail Signage, footing (Sht L3-03) 12 93 00 EA 2 $220.00I 2-13 6" Reinf. Conc. at Low water crossing (Sht C2-1, C2-2) 03 30 00 CF 545 $14.00I 2-14 12" RCP Class III at Crossing (Sht. C2-1, C2-2) 33 41 10 LF 124 $42.00I 2-15 Imported Embedment/Backffll, Crushed rock 33 05 10 CY 46 $88.00 2-16 3" Flexible Base, Type A, GR-1 (Sht C2-1, C3-1) 32 12 16 SY 711 $17.00 2-17 2" Asphalt Payment Type D (Sht C2-1, C3-1) 132 12 16 SY 7111 $28.00 2-18 6" Lime treatment at Parking (Sht. C2-1, C3-1) 132 11 29 SY 1 782 $9.00 2-19 Concrete curb and gutter (Sht. C2-1) 132 16 13 LF I 231 $26.00 2-20 4" Conc. Sidewalk for flume (Sht. C2-1) 132 13 20 SF I 20 $6.00 2-21 4" SLD Payment marking (Sht C2-1, L3-03) 132 17 23 LF I 775 $3.00 2-22 Steel gate, footing (Sht L3-04) 132 31 26 EA 1 $1,200.00 2-23 Seeding Bermuda grass (Sht L2-03, L2-04) 132 92 13 LS 1 $3,100.00 UNIT 2 TOTAL! Bid Value $472.00 I $5,020.001 $5,600.00 $3,140.00 $1,200.00 $50,990.00 $350.00 $250.00 $7,175.00 $18,200.00 $17,940.00 $2,000.00 $3,500.00 $115,837.00 $200.00 $1,220.00 $5,255.00 $7,500.00 $4,740.00 $1,200.00 $1,100.00 $31,814.00 $750.00 $250.00 $2,870.00 $440.00 $7.630.00 $5,208.00 $4,048.00 $12,087.00 $19,908.00 $7,038.00 $6,006.00 $120.00 $2,325.00 $1,200.00 $3,100.00 $126,009.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20/20120 Fort Worth - Park Renovations 00 42 43 BID PROPOSAL Page 2 of SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Bid list Item No. Project Item Information Bidder's Proposal Description Specification Unit of Section No. Measure Bid Quantity Unit Price UNIT 3 BASE BID ITEMS - OAKMONT LINEAR PARK SOUTH 3-01 Site Clearing,Tree Protection and Pruning (Sht. L1-03) 131 00 00 LS 1 $22,814.00 3-02 16" - 12" Tree Removal (Sht. L1-03) 131 00 00 EA 2 $500.00 3-03 Earthwork for paving (Sht. L 2-05, L2-06, L2-07) 131 22 00 LS 1 $4,900.00 3-04 Erosion and Sediment Control (Sht C1-6, C1-7, C1-8) 131 25 00 LS 1 $8,420.00 3-05 Construction Entrance (Sht C1-7) 131 25 00 LS 1 $1,200.00 3-06 5" Conc. Swk (6') and Paving (Sht. L3-05, L3-06, L3-07) 132 13 20 1 SF 8,6501 $5.10 3-07 Trail Signage, footing (Sht L3-05,L3-06,L3-07) 112 9300 EA 41 $220.00 3-08 Bench, footing (Sht. L3-06) 112 93 00 1 EA I 21 $1,435.00 3-09 Seeding Native grass (Sht L2-05, L2-06, L2-07) 132 92 13 1 LS I 1 $3,700.00 3-10 Seeding Wildflowers (Sht L2-05, L2-07) 132 92 13 1 SY 1 13401 $1.10 UNIT 3 TOTAL ALTERNATE BIDS (UNIT 1 ALTERNATE BID ITEMS - JEFFERSON DAVIS PARK (ALTERNATE A-1 ON DRAWINGS) 1-01 Selective Site Demolition (Sht. L1-01) 02 41 13 LS 1 $780.00 1-02 Earthwork for paving (Sht. L 2-01) 31 22 00 LS 1 $1,000.00 1 1-03 Picnic Grill, footing (Sht L3-01) 12 93 00 EA 2 $800.00 1-04 Basketball goal set, footing (Sht L3-01) 12 93 00 EA 1 $2,800.00 r 1-05 5" Conc. Sidewalk & Paving at grill (Sht L3-10) 32 13 20 SF 48 $8.00 1-06 5" Concrete Paving at Basketball court (Sht L3-01) 32 13 20 SF 1,600 $6.00 1-07 Seeding Bermuda grass (Sht L2-01, L2-02) 132 92 13 LS 1 $1,000.00 UNIT 1 ALT. TOTAL (UNIT 2 ALTERNATE BID ITEMS - JEFFERSON DAVIS PARK (ALTERNATE A-2 ON DRAWINGS) 2-01 (Selective Site Demolition (Sht. L1-01) 102 41 13 2-02 Picnic/game table, footing (Sht. L3-01) 12 93 00 LS EA UNIT 3 ALTERNATE BID ITEMS - JEFFERSON DAVIS PARK (ALTERNATE A-3 ON DRAWINGS) 3-01 Selective Site Demolition (Sht. L1-01) 3-02 Earthwork for paving (Sht. L 2-01) 3-03 Bench, footing (Sht. L3-01) 3-04 5" Concrete Paving at bench pads (Sht L3-01) 3-05 Seeding Bermuda grass (Sht L2-01) 11 $100.00 2 $1,350.001 UNIT 2 ALT. TOTAL 02 41 13 LS 1 $200.00 31 22 00 LS 1 $500.00 12 93 00 EA 2 $1,435.00 32 13 20 SF 200 $6.00 32 92 13 LS 1 $1,000.00 UNIT 3 ALT. TOTAL Bid Value $22,814.001 $1,000.00 $4,900.00 $8,420.00 $1,200.00 $44,115.00 $880.00 $2,870.00 $3,700.00 $1,474.00 $91,373.00 $780.001 $1,000.001 $1,600.001 $2,800.001 $384.001 $9,600.001 $1,000.00 $17,164.001 $100.001 $2,700.00 $2,800.001 $200.00 $500.00 $2,870.00 $1,200.00 $1,000.00 $5,770.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Fort Worth - Park Renovations 00 42 43 BID PROPOSAL Page 3 of SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlist Item No. Project Item Information Bidder's Proposal Description Specification ( Unit of Bid Section No. Measure Quantity 1UNIT 4 ALTERNATE BID ITEMS - HALLMARK PARK (ALTERNATE B-1 ON THE DRAWINGS) 4-01 4-02 4-03 4-04 4-05 4-06 4-07 4-08 4-09 Selective Site Demolition (Sht L1-02) Earthwork for paving at shelter area (Sht. L 2-03) Picnic Grill, footing (Sht L3-03) Trash container, footing (Sht L3-03) Picnic/game table, footing (Sht L3-03) Picnic Pavilion, footing (Poligon 24x24) (Sht L3-03) 5" Conc. Sidewalk/Paving - trash, grill pads (Sht L3-03) 5" Concrete Paving for Pavilion (Sht L3-03) Seeding Bermuda grass (Sht L2-03) 02 41 13 31 22 00 112 93 00 12 93 00 1293 00 12 93 00 32 13 20 32 13 20 32 92 13 LS LS EA EA EA EA SF SF LS Unit Price 1 $2,000.00 1 $1,400.00 1 $800.00 1 $800.00 3 $1,350.00 1 $22,450.001 644 $6.001 730 $11.901 1 $1,000.001 UNIT 4 ALT. TOTAL] (UNIT 5 ALTERNATE BID ITEMS - HALLMARK PARK (ALTERNATE B-2 ON THE DRAWINGS) Add or Deduct for Vehicular Concrete Paving 1 5-01 ADD - 5" Concrete Paving 32 13 13 SY 711 $45.90 1 5-02 DEDUCT - 3" Flex. base, Type A, GR-1 (Sht C2-1, C3-1) 32 12 16 SY -711 $17.00 1 5-03 DEDUCT - 2" Asphalt Payment Type D (Sht C2-1, C3-1) 32 12 16 SY -711 $28.00 UNIT 5 ALT. TOTAL 1UNIT 6 ALTERNATE BID ITEMS - HALLMARK PARK (ALTERNATE B-3 ON THE DRAWINGS) 1 6-01 1 6-02 Selective Site Demolition (Sht L1-02) Picnic/game table, footing (Sht L3-03) 02 41 13 ( LS 12 93 00 EA 11 $800.00 21 $1,350.00 UNIT 6 ALT. TOTAL 1UNIT 7 ALTERNATE BID ITEMS - OAKMONT LINEAR PARK SOUTH (ALTERNATE C-1 ON DRAWINGS) 7-01 7-02 7-03 7-04 7-05 7-06 7-07 Selective Site Demolition (Sht L1-03) 102 41 13 LS 11 $6,400.00 6" - 12" Tree Removal (Sht. L1-03) 131 00 00 EA 4 $500.00 Earthwork for paving (Sht. L 2-07) 131 22 00 LS 1 $1,000.00 Erosion and Sediment Control (Sht. C1-8) 131 25 00 LS 1 $100.00 5" Concrete Sidewalk and Paving (4') walk (Sht. L3-07) 132 13 20 SF 1,400 $5.10 Concrete turn down edge (Sht. L3-07) 132 13 20 LF 56 $68.00 Seeding grass (Sht. L2-07) 132 92 13 LS 11 $1,000.00 UNIT 7 ALT. TOTAL UNIT 8 ALTERNATE BID ITEMS - OAKMONT LINEAR PARK SOUTH (ALTERNATE C-2 ON DRAWINGS) 8-01 Selective Site Demolition (Sht L1-03) 8-02 6" -12" Tree Removal (Sht. L1-03) 8-03 Earthwork for paving (Sht. L2-07) 8-04 Erosion and Sediment Control (Sht. C1-8) 8-05 5" Concrete Sidewalk and Paving (4') walk (Sht. L3-07) 8-06 Concrete turn down edge (Sht. L3-07) 8-07 Seeding grass (Sht. L2-07) 02 41 13 LS 31 00 00 EA 31 22 00 LS 31 25 00 LS 32 13 20 SF 32 13 20 LF 132 92 13 LS 1 $18,060.00 4 $500.00 1 $1,600.00 1 $100.00 2,800 $5.10 56 $68.00 1 $1,000.00 UNIT 8 ALT. TOTAL IUNIT 9 ALTERNATE BID ITEMS - OAKMONT LINEAR PARK SOUTH (ALTERNATE C-3 ON DRAWINGS) 9-01 9-02 9-03 5" Conc. Swk (8') and Paving (Sht. L3-05, L3-06, L3-07) Earthwork for add'I paving (Sht. L 2-05, L2-06, L2-07) Add'I. Seeding Native grass (Sht L2-05, L2-06, L2-07) 32 13 20 31 22 00 32 92 13 SF LS LS 2,800j $5.10 1 $1,600.00 I $1,000.00 UNIT 9 ALT. TOTAL Bid Value $2,000.001 $1,400.001 $800.001 $800.00 $4,050.00 $22,450.00 $3,864.00 $8,687.00 $1,000.001 $45,051.001 $32,634.901 -$12,087.001 -$19,908.001 $639.901 $800.001 $2,700.001 $3,500.00 1 1 $6,400.00 $2,000.00 $1,000.00 $100.00 $7,140.00 $3,808.00 $1,000.00 $21,448.00 $18,060.001 $2,000.001 $1,600.00 $100.00 $14,280.00 $3,808.00 $1,000.00 $40,848.00 $14,280.00! $1,600.00 $1,000.00 $16,880.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Fort Worth - Park Renovations 00 42 43 BID PROPOSAL Page 4 of 5 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Bidlist Item No. Project Item Information Bidder's Proposal Description 1UNIT 10 ALTERNATE BID ITEMS - CHANGE ORDER ALLOWANCE 10-01 10-02 10-03 10-04 10-05 10-06 Jefferson Davis Change Order Allowance Jefferson Davis Change Order Allowance Hallmark Park Change Order Allowance Hallmark Park Change Order Allowance Oakmont Linear Park South Cfianoe Order Allowance Oakmont Linear Park South Change Order Allowance Specification Section No. Unit of Bid Unit Price Measure Quantity NA LS 1 $2,500.00 NA LS 1 $5,000.00 NA LS 11 $2,500.001 NA LS 11 $5,000.001 NA LS 11 $2,500.001 NA LS 11 $5,000.001 UNIT 1 ALT. TOTAL] Bid Value $2,500.00 $5,000.00 $2,500.00 $5,000.00 $2,500.00 $5,000.00 $22,500.00 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Fort Worth - Park Renovations SECTION 00 42 43 PROPOSAL FORM 00 42 43 BID PROPOSAL Page 5 of 5 UNIT PRICE BID Bidder's Application Bidlist Item No. BIDS SUMMARY Project Item Information Description (BASE BIDS UNIT 1 BASE BID - Jefferson Davis Park Total 1 UNIT 2 BASE BID - Hallmark Park Total I UNIT 3 BASE BID -Oakmont Linear Park Total ALTERNATE BIDS UNIT 1 ALTERNATE BID - UNIT 2 ALTERNATE BID - UNIT 3 ALTERNATE BID - UNIT 4 ALTERNATE BID - UNIT 5 ALTERNATE BID - UNIT 6 ALTERNATE BID - UNIT 7 ALTERNATE BID - UNIT 8 ALTERNATE BID - UNIT 9 ALTERNATE BID - UNIT 10 ALTERNATE BID Jefferson Davis (A-1) Total Jefferson Davis (A-2) Total Jefferson Davis (A-3) Total Hallmark Park (B-1) Total Hallmark Park (B-2) Total Hallmark Park (B-3) Total Oakmont Linear Park South Park (C-1)Total Oakmont Linear Park South Park (C-2)Total Oakmont Linear Park South Park (C-3)Total - Change Order Allowance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Font Revised 20120120 ISpecification I Uuitof I Bid UnitPrice Section No. Measure Quantity END OF SECTION BASE BIDS TOTAL; ALTERNATE BIDS TOTAL; BIDS TOTAL Bidder's Proposal Bid Value $115,837.00 $126,009.001 $91,373.001 $333.219.001 $17.164.001 $2,800.001 $5,770.001 $45.051.001 $639.90 $3,500.001 $21.448.00 1 $40,848.00 1 $16,880.00 1 $22,500.001 $176,600.901 I $509,819.901 Fort Wort - Park Renovations 00 43 13 BID BOND Page 1 of 1 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, (Bidder Name) Company Name Here called the Principal, and (Surety Name) Surety 7arz e a corporation or firm duly authorized to transact surety business in the State of Texas, hereinafter called the Surety, are held and firmly bound unto the City, hereinafter called the Obligee, in the sum of if Out Turners Here and No/100 Dollars ($ 00), the payment of which sum will be well and truly made and the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firm by these presents. hereinafter WHEREAS, the Principal has submitted a proposal to perform work for the following project of the Obligee, identified as PARK RENOVATIONS AT: OAKMONT LINEAR PARK SOUTH, JEFFERSON DAVIS & HALLMARK PARKS NOW, THEREFORE, if the Obligee shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the Obligee in accordance with the terms of such proposal, then this bond shall be null and void. If the Principal fails to execute such Contract in accordance with the terms of such proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal or fails to satisfy all requirements and conditions required for the execution of the Contract in accordance with the proposal, this bond shall become the property of the Obligee, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate Obligee for the difference between Principal's Total Bid Amount and the next selected Bidder's Total Bid Amount. SIGNED this day of By: Company Name Here *By: Surety Name Here , 2015. (Signature and Title of Principal) (Signature of Attorney -of -Fact) *Attach Power of Attorney (Surety) for Attorney -in -Fact END OF SECTION Impressed Surety Seal Only CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook - 5 Park Sites.xls 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Blank' , our principal place of business, are required to be % Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Here or Blank'' , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. 0 BIDDER: C. Green Scaping, LP 2401 Handley Ederville Rd. 0 Fort Worth, TX 76118 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: Curtis J. Green (Signature) Title: Vice President Date: Fort Worth - Park Renovations 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 3 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The film's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 4 5 6 7 00 45 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Site clearing and demolition with minimum site disturbance Concrete paving Installation of site furniture and pre -manufactured pavilion Installation of site lighting Contractor/Subcontractor Company Name rr N/A Perfr...C_CI Y1 hou$? N/A Pef rrYrcd I v h o v 5,4 N/A Peaor-Y,ierd i n hoLs4 Independent Utility Construction Prequalification Expiration Date 4/26/2015 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: C. Green Scaping, LP 2401 Handley Ederville Rd. 0 Fort Worth, TX 76118 END OF SECTION By: Curtis J. Green 3iynaturej Title: Vice President Date: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Fort Worth - Park Renovations FORT WORTH ----.114141111rilf"---- SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box Street Address (required) ( Telephone Mark only one: City City ( ) Fax Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code State Zip Code Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 00 45 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 004513-6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general, limited, or registered limited liability partnership? Vice Presidents Secretary Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) File No. (if Limited Partnership) General Partners/Officers Limited Partners (if applicable) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ ITEM 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 QUANTITY Various - ITEM DESCRIPTION TOTAL BALANCE SHEET VALUE TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 02189, 02190, and 02191. Contractor further certifies that, pursuant to Texas Labor 6 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 C C reerl Sr.i ng , LP By: t ch+h l eon l?vi 12 Company 'lease Priit) r 13 14 2401 14noA iey [:/1P1'vll it P.CI' Signature: 15 Address 16 I 17 p4-. Jor -f)( Its 1 I & Title: I%r''P.sicie )T- 18 City/State/Zip 19 20 21 THE STATE OF TEXAS § „"f,,,,,, STACY GEIGENMILLER 22 pi fi Notory Public, State of Texas 23 COUNTY OF TARRANT § _ MY Commission Expires 24 "�wE'o;,,,,, ` March 13, 2018 25 BEFORE ME, the undersigned authority, on this day personally appeared 26 e RtJi , known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of C. r?Prl .NCO pir14 , LP for the purposes and 29 consideration therein expressed and in the capacit'therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,� day of 32 Lk Unt" , 2015 33 34 35 c,ifA XlmLJ' 36 Notary Pub1i in and f r the State of Texas 37 38 39 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 (Please Print) PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 004540-1 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 SECTION 00 45 40 MINORITY BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then the MBE subcontracting goal may be applicable. If the total dollar value of the contract is $50,000 or less, the MBE subcontracting goal is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOAL The City's MBE goal on this project is 14% of the total bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts greater than $50,000 where a MBE subcontracting goal is applied, bidders are required to comply with the intent of the City's Business Diversity Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Waiver documentation. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non- responsive. Any questions, please contact the M/WBE Office at (817) 392-6104. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the Managing Department and obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) City business days after or exceeded: the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after Utilization Form, if participation is less than the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor Utilization Form, if no MBE participation: 4. Prime Contractor Waiver Form, if firm will perform all subcontracting/supplier work: 5. Joint Venture Form, if utilizing a joint venture to meet or exceed goal. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. received by 5:00 p.m., five (5) City business days after the bid opening date, exclusive of the bid opening date. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on May 12, 2015is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and C. Green Scaping, LP, authorized to do business in Texas, acting by and through its 6 duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Park Renovations at Oakmont Linear Park South, Hallmark Park and Jefferson Davis Park 16 City Project Numbers: 02189, 0290 and 02191 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 120 days the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City Six Hundred Fifty and no/100 Dollars ($650.00) for each day that expires after the 33 time specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter 34 of Acceptance. SIOl 9 ZNnr 03A13338 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Park Renovations: Oakmont Linear South, Hallmark and Jefferson Davis Parks City Project No: 02189, 02190 & 0291 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Four Hundred Eighteen Thousand, Two Hundred 38 Sixty -Seven and 20/100 Dollars ($418,267.20). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CON 1'N,NTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor 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 specfic) 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 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MWBE MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 09, 2011August 17, 2012 OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX Park Renovations: Oakmont Linear South, Hallmark and Jefferson Davis Parks City Project No: 02189, 02190 & 0291 00 52 43 - 3 Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to overate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by anv act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city, its officers, servants and employees, from and against any and all loss, damage 88 or destruction of property of the city, arising out of, or alleged to arise out of, the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part. 93 by anv act. omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United S tes ihstnct Court for the 114 Northern District of Texas, Fort Worth Division. OFFICIAL. RECORD • CITY SECRETARY FT. WORTH, TX CITY OF FORT WORTH Park Renovation :.k iui 1 I)..nai Suuih, Mifflin rk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Jefferson Davis Parks Revised November 09, 2011August 17, 2012 City Project No: 02189, 02190 & 0291 005243-4 Agreement Page 4 of 4 118 7.6 Other Provisions. 119 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 120 classified, promulgated and set out by the City, a copy of which is attached hereto and 121 made a part hereof the same as if it were copied verbatim herein. 122 7.7 Authority to Sign. 123 Contractor shall attach evidence of authority to sign Agreement, if other than duly 124 authorized signatory of the Contractor. 125 126 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 127 counterparts. 128 129 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 130 131 132 133 134 135 136 137 138 139 140 Title: Cap+Meer) Rv4 (Printed Name) IPrPSIc f.n+ Address: LP City of F • Worth By: Date Attest: City Secretary (Seal) Susan Alanis Assistant City Manager i r)\-1 2.4D1 Handley LdervIIIf Rrd- M&C C-- Z -21 Date: S-tZ'IS' City/State/Zip: r-4-, �n��h 1 1 to 11?) Approve: as to Form and Legality: Date Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: R chard Zavala DIRECTOR, Parks and Community Services Department OFFICIAL RECORD CITY SECRETARY FT. WORTlit, TX CITY OF FORT WORTH Park Renovations: Oakmont' ear ou , aI . k STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS and Jefferson Davis Parks Revised November 09, 2011August 17, 2012 City Project No: 02189, 02190 & 02191 Bond No. 022036914 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 00 61 13 - 1 PERFORMANCE BOND Paee 1 012 SECTION 00 61 13 PERFORMANCE BOND KNOW ALL 13Y THESE PRESENTS: 8 That we, C_ Green Scaping, LP, known as "Principal" herein and 9 Liberty Mutual Insurance Company__ , a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), arc 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, FOETR HUNDRED 13 EIGHTEEN THOUSAND, TWO HUNDRED SIXTY-SEVEN AND 20/100 DOLLARS 14 ($418,267,20), lawful muncy of the United States, to he paid in Fort Worth, Tarrant County, 15 Texas for the payment of which sum well and tally to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 12th day of May, 2015, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein, to f irnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Park Renovations: Oakmont linear South, Hallmark 22 and Jefferson Davis Parks City Project No. 02189, 02190 & 02191. 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may he granted an the part (lithe City, then this obligation shall be 213 and become null and void, otherwise to remain in full. force and effect. 29 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 30 'Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division.OFFICIAL RECORD CITY SECRETARY FT. WORTH, TX C:frY OF Foal" WORTl1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisecl July 1, 2011 r South. Ballrnurk and Jefferson Davis Park, City Pto1vet Na: 02189, 02190 & 0291 Bond No. 022036914 006113-2 PERFORMANCE TIONT? Page 2 of I. This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall he determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 3rd _day of 6 June _, 2015 7 8 9 10 11 12 13 ATTEST: 14 15 C6 16 (Princip- 17 18 19 20� 2l 22 Witness as to Principal 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Witncrs as to Suety 38 39 40 41 *Note: IF signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both inttst be provided. 44 The date of the bond shalt not he prier to the date the Contract is awarded. PRINCIPAL: C. Green Scaping, LP BY: _Ca�hl�PrJ T�t/i — i'-Psidenf Name and Title Address: 2401 Handley Edervlle Rd Fort Worth, TX 76118 SURETY: Liberty Mutual Insurance Company Signat Kie Kelsoe, Attorneyin fact Name and 'Title Address: 320 Eagle Drive, Ste. 210 Denton, TX 76201 45 Telephone Number: 940-382-9691 r OPFIICCUbL L � ©OTC , V Ft WORTH, TX Crl'V fW FORT WORTH Psi~Ii w.satinn, 4.lslauauulfncetttioat11.11alltnark STANDARD ANDARDJ CONSTRUCTION SPI:C;II ICATION DOC I iMFNTS and Jcffcrsv>> Davit Packs Revisal July 1, 2011 L'ity Project Nn: 02189, {12190 & 0291 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. Certificate No. 6849265 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, James E. Kina: Jeff P. Kina: Kvlie Kelsoe: Rachvl Mullins all of the city of Denton , state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed — thereto this 27th day of January STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY „ 2015 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By: „7.„,.7'4 David M. CareyrAssistant Secretary On this 27th day of January 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. ,U;:,morgWE€4L7 i OF 3.V E J%,le't a Notarial Seal ary Montgomery ,ry Co+un y lion. Expires March 20, 20 IT =,yvania €ss ,ciztfr>n Teresa Pastella , Notary Public This Power of Attomey is made and executed pursuant to and by"authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- fect as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this L day of buirLc20 1 �. OFFICIAL RECORD CITY SECRETARY Fre WORTH, TX By: Gregory W. Davenport, Assistant Secretary >+ ca N U) a) to c O vI— d W cE 0 Q Q O41' d c OE a� NO . O r oc d >'a) 0) > d O if N M c � O CO 10—'- LMS_12873_122013 68 of 100 Bond No. 022036914 006114-1 PAYMENT BOND Page 1 of 2 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, C. Green Soaping, LP, known as "Principal" herein, and 8 Liberty Mutual Insurance Company _ , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein I0 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of FOUR HUNDRED EIGHTEEN THOUSAND, TWO HUNDRED SIXTY- 13 SEVEN AND 20/100 DOLLARS ($418,267.20), lawful money of the United States, to be paid 14 in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly he made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 12`I' day of May, 2015, which Contract is hereby referred to and made a part hereof for all 19 purposes as if Nib' set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Park Renovations: Oakmont Linear South, Hallmark and Jefferson Davis Parks 22 City Project No. 02189, 02190 & 02191. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect_ 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions tit'said statute. 31 Cfl'Y OtE FORT WOR'I'lI STANDARD C ONSTRIICTION SPECIFICATION t)OCLJMEN'1'.S Rev;sed July 1, 2011 OFFICIAL RECORD CITY SECRETARIT Ft WORTH, TR Park Renovations: Oakmont Linear, South, Hallmark and Jefferson Davis Park,: City Pmject No; 02189. 02190 & 0291 Bond No. 022036914 000/ 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 3rd day of 3 June , 20 15 4 ATFEST: PRINCIPAL: C. Green Scaping, LP BY: Signature ' ►-trn4.(�' C a+hleen Rvi�J- PSICjetr7t (Principal eeretary Name and Title Address: 2401 Handley Edervile Rd Fort Worth, TX 76118 Witness as to Principal AlTEST: J. (Sirety) Seereiary 'Witness as to . u ty SURETY: Liberty Mutual Insurance Company Sena KV1ie Kelsoe, Attorney in fact Name and Title Address: 320 Eagle Drive, Ste. 210 Denton, TX 76201 Telephone Number: 940-382-9691 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation_ If Surety's physical 8 address is different from its mailing address, both must be provided. 9 t0 The date of the bond shall nut he prior to the date the Contract is awarded. I I END OF SECTION r` 1 oFFICUUL RECORD 12 CITY SECRETARY FT, !NORTH, TX CITY OF r(IR"f WORTH STANDARD CoNsrRIJC Fl0N SPF.C:II ICATION DOCIJMriITS Revised July 1, 2011 Park Renovations: Oakmont Linear Sunlit, Hallmark and Jcfl rain Davis Parks City Project Nu: 02189, 02190 & 0291 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. Certificate No. 6849272 January ss American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, James E. Kina: Jeff P. Kina: Kvlie Kelsoe; Rachvl Mullins all of the city of Denton , state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27th day of STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 27th day of January 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. 2015 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company OF Notarial Seal "tit:#£i; Y PEtbiif• y Cauniy cti2a,20i7 By:7/4 David M. Carey(Assistant Secretary By; U� Lit(tt) Teresa Pastella , Notary Public This Power of Attomey is made and executed pursuant to and by -authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. �' IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companie&tbis_i i day of ) lam—/ lJ�, 20 C} OFFICIAL RECORD CITY SECRETARII. Ft WORTH, TX Gregory W. Davenport, Assistant Secretary LMS_12873_122013 75 of 100 Bond No. 022036914 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 2 3 4 THE STATE OF TEXAS 5 6 COUNTY OF TARRANT 7 SECTION 00 6P 19 MAINTENANCE BOND § 006119-1 MAIN'IFNANCE:13OND Page 1 of 3 KNOW ALL BY THESE PRESENTS: 8 That we C. Green Scaping, LP, known as "Principal" herein and 9 Liberty Mutual Insurance Company , a corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 1 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the suns of FOUR 13 HUNDRED EIGHTEEN THOUSAND, TWO HUNDRED SIXTY-SEVEN AND 20/100 14 DOLLARS ($418,267.20), lawful money of the United States, to he paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum welt and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 12th day of May, 2015, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order (collectively herein, the `Work") as provided for in said contract and 24 designated as Park Renovations: Oakmont Ilinear South, Hallmark and Jefferson Davis Parks 25 City Project No. 02189, 02190 & 02191; and 26 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 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 33 upon receiving notice from the City of the need therefor at any tim wltlrin OFFICIAL the MalntenanRECORD 34 Period. ! CITY SECRETARY f FT. WORTH, TX CITY OFFORT WORTH Park 'licnWit 44akfnPrat-Firath,1lallmarl; STANDARD CONS' RIJC It()N SP1:C'1I;'CATION 1)OCUMI1:N'IS and Jefferson Davis Parks Revised .luly I, 20)1 City 1'rujcet No: 02189, 02190 & 0291 Bond No. 022036914 00 61 19 - 2 YIAINTF NANYC F BOND Page 2of3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, far which timely notice was provided by City, to a ccnnpletion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, IIOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FUR I'til:R, that if any legal action be filed on this Bond, venue shall lie in 13 'Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries nay be had hereon for successive breaches. 18 19 20 CITY OF FORT ++'OI{'CI i STANDARD CONSTRUCTION SPECIFICATION 1)(X:IJMINTS Revised July 1.,20i1 OFFICIAL RECORD CITY SECRETARY I Ft WORTH, TX Pork Renovations Oakmont Linear South, I Wit -nark and Jefferson Davis Parks E il; 1'rojecl No: 02189, 02190 & 0291 Bond No. 022036914 006119-3 MAINTYNANCF BONI) 1'agc3 of 3 1 IN WITNESS WffEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 3rd day of June ..... 3 , 20 15 . 4 5 6 7 8 9 10 11 ATTEST: 12 13 14 (Principal)\ Secretary 15 16 17 18 14 C'� 20 Witness as to Principal 21 22 23 24 25 26 27 28 29 ATTEST: 30 31 32 33 34 35 36 37 38 39 40 41 itness a ,u cty *Note: PRINCIPAL: C. Green Scaping, LP BY: Signature -Cc i-hIeen_ Ru.i . Pasidenf Name and Title Address: 2401 Handley Edervlle Rd Fort Worth, TX 76118 SURETY: Liberty Mutual Insurance Company Kylie Kelsoe, Attorney in fact Name and Title Address: _320 Eagle Drive, Ste. 21.0_ Denton, TX 76201 Telephone Number: 940-382-9691 If signed by an officer [tithe Surely Company, there must be on file a certified extract from the by-laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. C:rrY OF PORT WOO Tf 1 STANDARD CONSTRUCTION SPECJFICATION Dt)CUMIiNTS Revised July 1, 2011 OFFICIAL RECORD CITY SECRETARY fFT. WORTH, TX Park Rcnovation.s; Oakmont Linear South. Hallmark and Jefferson t)avis Parks City Projett No: 021119. 02190 & 0291 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. Certificate No. 6849264 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, James E. Kinq: Jeff P. Kim: Kvlie Kelsoe: Rachvl Mullins all of the city of Denton , state of TX each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27th day of January t 1906 tali r`���" , Lli ,% C STATE OF PENNSYLVANIA ss co • &- COUNTY OF MONTGOMERY j On this 27th day of January , 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v d Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, q 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 2015 American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company By: Y,�v0.0f 4 David M. Carey(Assistant Secretary IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Ne?ar Seal Teresa i'asteiica, NovaiPublic P ymaauth Twp., MSonigomenr County My Cammiss an Expires March 2e, 20:7 • By: (/A�2�t% Teresa Pastella , Notary Public This Power of Attomey is made and executed pursuant to and byauthority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV —OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in- fect as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. Yam/` �, IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of .V �-Q/ , 20 I .) . OFFICIAL RECORDE CITY SECRETARY FT. WORTH, TX y: Gregory W. Davenport, Assistant Secretary 1 LMS_12873_122013 67 of 100 COMMENTS/REMARKS 04 A (Ed. 1-00). The insureds auto liability policy has a blanket additional insured endorsement as required by written contract per form 16-59f (05/04). Blanket Waiver of Subrogation also applies to the General Liability (CG 24 04 10/93) and Auto Liability (17-59CA 06/94) as required by written contract. The Umbrella applies as per scheduled underlying insurance. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. Forming a part of Policy Number: CBP8851920 Coverage Is Provided In AMERICA FIRST LLOYD'S INSURANCE CO. Named Insured: C GREEN SCAPING LP GS PROPERTIES LP REFER TO NAMED INSURED SCHEDULE Agent: AGENTS ALLIANCE SERVICES LTD Agent Code: 4286962 Agent Phone: (940)-382-9691 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Section II — Who Is An Insured is amended to include, as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations hazard". SCHEDULE Name of Person or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT Location And Description of Completed Operations: JOB SITES Additional Premium: INCLUDED (If no entry appears above, information required to complete this endorsement will beshown in the Declarations as applicable to this endorsement.) CG 20 37 (10/01) © ISO Properties, Inc., 2000 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000109 Page 29 Forming a part of Policy Number: CBP 8851920 Coverage Is Provided In AMERICA FIRST LLOYD'S INSURANCE CO. Named Insured: C GREEN SCAPING LP GS PROPERTIES LP REFER TO NAMED INSURED SCHEDULE Agent: AGENTS ALLIANCE SERVICES LTD Agent Code: 4286962 Agent Phone: (940)-382-9691 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule below 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." This waiver applies only to the person or organization shown in the Schedule below. SCHEDULE Name of Person or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH YOU. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). CG 24 04 (10/93) Copyright, Insurance Services Office, Inc., 1992 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000141 Page 61 Policy No. BA8842595 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT COVERAGE INDEX Description Page TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE 1 BROAD FORM INSURED 2 EMPLOYEES AS INSUREDS 2 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 2 SUPPLEMENTARY PAYMENTS 2 AMENDED FELLOW EMPLOYEE EXCLUSION 3 HIRED AUTO PHYSICAL DAMAGE 3 TOWING AND LABOR 3 PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 3 RENTAL REIMBURSEMENT 4 EXTRA EXPENSE - BROADENED COVERAGE 4 PERSONAL EFFECTS COVERAGE 4 AIRBAG COVERAGE 4 LEASE GAP 4 GLASS REPAIR - WAIVER OF DEDUCTIBLE 5 DRIVE OTHER CAR FOR EXECUTIVE OFFICERS 6 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 7 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS 7 BODILY INJURY REDEFINED 7 EXTENDED CANCELLATION CONDITION 7 The following modifies insurance under the: BUSINESS AUTO COVERAGE FORM 1. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I - COVERED AUTOS, paragraph C. is changed by adding the following: If Physical Damage Coverage is provided under the Business Auto Coverage Form for an "auto" you own, the Physical Damage coverages provided for that owned "auto" are extended to any "auto" you do not own while used with the permission of its owner as a temporarysubstitute for the covered "auto" you own that is out of service because of its breakdown, repair, servicing, "loss", or destruction. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 1 of 7 2. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as. an insured: 1. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the period for which this endorsement is effective, if there is no similar insurance available to that organization. However, the Named Insured does not include any organization: a. that is a partnership or joint venture, or b. thatisan insured under any other policy, or has exhausted its Limit of Insurance under any other policy. 2. Paragraph 1. b. above does not apply to a policy written to apply specifically in excess of this policy. 3. Coverage for newly acquired or formed organizations is afforded only for 180 days from the date of acquisition or formation. 4. Coverage does not apply to "bodily injury" or "property damage" that results from an "accident" that occurred before you formed or acquired that organization. 3. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured: Any employee of yours while using a covered "auto" you do not own, hire or borrow in your business or your personal affairs. 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11 - LIABILITY COVERAGE - WHO IS AN INSURED is amended to include as an insured any person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under this policy. This provision 4. does not apply unless the written contract or agreement has been executed, or permit has been issued, prior to the bodily injury" or "property damage." 5. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, 2.a. Supplementary Payments, items (2) and (4) are replaced by the following: (2) Up to $2500 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to $300 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 2 of 7 SECTION II - LIABILITY, exclusion 5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. The insurance provided under this provision 6. is excess over any other collectible insurance_ 7. HIRED AUTO PHYSICAL DAMAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss, or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos" you hire, subject to the following limit and deductible: The most we will pay for "loss" to any hired "auto" is $50,000 or Actual Cash Value or Cost of Repair, whichever is smallest, minus a deductible. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. No deductible applies to "loss" caused by fire or lightning. Subject to the above limit, deductible and excess provisions, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. Subject to a maximum of $750 per "accident", we will also cover loss of use of the hired "auto" if it results from an "accident", you are legally liable, and the lessor incurs an actual financial loss. The insurance provided under this provision 7. is excess over any other collectible insurance. 8. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, A.2.Towing, is replaced by the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks" that have a gross vehicle weight (GVW) of 10,000 pounds or less, we will pay up to $50 per disablement. c. For "medium trucks" that have a gross vehicle weight (GVW) of 10,001 - 20,000 pounds, we will pay up to $150 per disablement. However, the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, A.4. Coverage Extension, is amended to provide a limit of $50 per day and a maximum limit of $1000. 10. RENTAL REIMBURSEMENT Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 3 of 7 SECTION 1I1 - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", other than theft, to a covered "auto". We will pay only for those expenses incurred after the first 24 hours following the "accident" or `loss" to the covered "auto." The most we will pay for any one "accident" or "loss" is $1000. No deductible applies to this coverage. 11. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of retuming a stolen covered "auto" to you. 12. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision 12. isexcess over any other collectible insurance. B. SECTION V - DEFINITIONS is amended by adding the following: "Personal effects" means tangible property that is wom or carried by an "insured". "Personal effects" does not include tools, jewelry, money or securities, 13. AIRBAG COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive. or Collision Coverage under this policy, the exclusion relating to mechanical breakdown does not apply to the accidental discharge of an air bag. 14.. LEASE GAP A. SECTION III - PHYSICAL DAMAGE COVERAGE - LIMIT OF INSURANCE is amended by adding the following: The most we will pay for a "total loss" in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" Tess the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 4 of 7 b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a "Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", i. Any amount representing taxes, j. Loan or lease termination fees, or; 2. The actual cash value of the damaged or stolen property as of the time of the "loss". B. ADDITIONAL CONDITIONS This coverage applies only to the original loan or lease written on a covered "auto". C. SECTION V- DEFINITIONS is changed by adding the following: As used in this endorsement: "Total Toss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. "Balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 15. GLASS REPAIR - WAIVER OF DEDUCTIBLE SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following to D. DEDUCTIBLE : No deductible applies to glass damage if the glass is repaired rather than replaced. 16. DRIVE OTHER CAR FOR EXECUTIVE OFFICERS A. This provision 17. changes only those coverages where a limit and premium is shown in the Declarations. B. CHANGES IN LIABILITY COVERAGE: Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 5 of 7 Any "auto" you do not own, hire or borrow is a covered "auto" for Liability Coverage while being used by any of your "executive officers", except: Any "auto" owned by that "executive officer' or a member of that person's household, or Any "auto" used by that "executive officer" while working in a business of selling, servicing, repairing or parking "autos". C. CHANGES IN AUTO MEDICAL PAYMENTS AND UNINSURED MOTORISTS AND UNDERINSURED MOTORISTS COVERAGE The following is added to WHO IS AN INSURED: Any individual "insured" and his or her "family members" are "insured" while "occupying" or while a pedestrian when being struck by any "auto" you do not own except: Any "auto" owned by that individual or by any "family member". D. CHANGES IN PHYSICAL DAMAGE COVERAGE: Any private passenger type "auto" you do not own, hire or borrow is a covered "auto" while in the care, custody or control of any of your "executive officers" except: Any "auto" owned by that individual or by any member of his or her household. Any "auto" owned by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos': E. ADDITIONAL DEFINITIONS: As used in this endorsement: "Executive officer" means a person holding any of the officer positions created by your charter, constitution, by-laws or any other similar governing document, and that person's spouse, while a resident of the same household. "Family member means a person related to an "executive officer" by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. F. The insurance provided under this provision 17. will be: Equal to the broadest of those coverages afforded any covered "auto", and Excess over any other collectible insurance. 17. UNINTENTIONAL FAILURE. TO DISCLOSE HAZARDS SECTION IV - BUSINESS AUTO CONDITIONS is amended by adding the following: If you unintentionally fail to disclose any hazards or exposures existing as of the inception date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard or exposure as soon as practicable after its discovery, and we Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 6 of 7 have the right to collect additional premium for same. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR "LOSS" SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is amended by adding the following: You must give us notice of an "accident", claim, "suit" or "loss" only when it is known to: 1. You, if you are an individual, 2. A partner, if you are a partnership, 3. A member, if you are a limited liability company, or 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. 19. BODILY INJURY REDEFINED Under SECTION V - DEFINITIONS, definition C. is replaced by the following: "Bodily Injury" means physical injury, sickness or disease sustained by a person including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. 20. EXTENDED CANCELLATION CONDITION The COMMON POLICY CONDITIONS - CANCELLATION provision applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail or deliver to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision 20. does not apply in those states which require more than 60 days prior notice of cancellation. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 1997 16-59f (05/04) Page 7 of 7 Policy No. BA8842595 COMMERCIAL AUTO COVERAGE PART DECLARATIONS EXTENSION (continued) BUSINESS AUTO COVERAGE FORM SCHEDULE Name of Person or Organization: BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 5. Transfer of Rights of Recovery Against Others To Us) is amended by the addition of the following: We waive any right of recovery we may have against the person(s) or organization(s) shown in the Schedule above if you have agreed to waive such right in a written contract or agreement. Our waiver only applies to payments we make for "bodily injury" or "property damage" prising out of an "accident" and resulting from the ownership, maintenance or use of a covered "auto". This waiver applies only to the person(s) or organization(s) shown in the Schedule above. 17-59CA (06/94) AGENT COPY Date Issued: 05124/2011 05/13/2011 8842595 N N 170307 2505 PGDM060D J06495 ACAOPPN 00021221 Page 38 Forming a part of Policy Number: CBP 8851920 Coverage Is Provided In AMERICA FIRST LLOYD'S INSURANCE CO. Named Insured: Agent: C GREEN SCAPING LP AGENTS ALLIANCE SERVICES LTD GS PROPERTIES LP REFER TO NAMED INSURED SCHEDULE Agent Code: 4286962 Agent. Phone: (940)-382-9691 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: BLANKET AS REQUIRED BY WRITTEN CONTRACT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement). A. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused by accidents under COVERAGE C (SECTION I), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard," and for medical expenses under COVERAGE C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits." 3. Any payments made under COVERAGE A for damages or under COVERAGE C.for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 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 Designated Construction Project General Aggregate Limit. CG 25 03 (0 3 / 9 7) Copyright, Insurance Services Office, Inc., 1996 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000143 Page 63 B. For all sums which the insured becomes legally obligated to pay as damages caused by `occurrences" under COVERAGE A (SECTION I), and for all medical expenses caused byaccidents under COVERAGE.0 (SECTION I), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 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 Designated 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 Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION 11I) not otherwise modified by this endorsement shall continue to apply as stipulated. CG 25 03 (03 / 9 7) Copyright, Insurance Services Office, Inc., 1996 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000144 Page 64 Policy No. GBP8851920 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following is added to provision a. Primary Insurance of paragraph 4. Other Insurance under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: However, when an additional insured has been added to this Coverage Part by attachment of an endorsement, we will not seek contribution from the "additional insured's own insurance" provided that: (1) You and the additional insured have agreed in a written contract that this insurance is primary and non- contributory; and (2) The "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the execution of such contract. B. For the purposes of this endorsement the following is added to SECTION V — DEFINITIONS: "Additional insured's own insurance" means other insurance for which the additional insured is designated as a Named Insured. Includes copyrighted material of li.surance Services Mice, Inc., witli its permission. 22-111 (01/07) Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT This endorsement modifies insurance under the COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE The following endorsement provision does not apply when "X" is shown in the space provided below: Provision B. PROPERTY DAMAGE — BORROWED EQUIPMENT does not apply Provision C. PROPERTY DAMAGE — CUSTOMERS' GOODS does not apply Provision F. MEDICAL PAYMENTS EXTENSION does not apply Provision H. ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT does not apply Provision L ADDITIONAL INSUREDS — VENDORS does not apply Provision J. BROAD FORM NAMED INSURED does not apply Provision K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES does not apply Provision L. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT does not apply (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED WATERCRAFT Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I), provision (2)(a) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 51 feet long; and B. PROPERTY DAMAGE — BORROWED EQUIPMENT 1. Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I), provision (4) of exclusion j. Damage To Property does not apply to "property damage" to borrowed equipment while that equipment is not being used to perform operations at the job site. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision B. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary, excess,contingent or on any other basis, that is property insurance. 3. This endorsement provision B. does not apply when it is shown in the Schedule as not applicable. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc„ 2000 22-45TX (12/02) Page 1 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM080D J25270 AC3FPPN 00000239 Page 159 C. PROPERTY DAMAGE — CUSTOMERS' GOODS 1. Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I), provisions (3), (4) and (6) of exclusion j. Damage To Property do not apply to "property damage" to "customers' goods" while on your premises. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision C. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is property insurance. 3. The following is added to SECTION V — DEFINITIONS: "Customers' goods" means property of your customer on your premises for the purpose of being worked on or used in your manufacturing process. 4. Thisendorsement provision C. does not apply when it is shown in the Schedule as not applicable. D. PROPERTY DAMAGE LIABILITY — ELEVATORS 1. Under paragraph 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I), provisions (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. 2. The following is added to SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Condition 4. Other Insurance, paragraph b. Excess Insurance: The insurance afforded by provision D. in the Commercial General Liability Extension Endorsement is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is property insurance. E. DAMAGE BY FIRE, LIGHTNING, EXPLOSION, SMOKE OR LEAKAGE If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under subsection 2. Exclusions of COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY (SECTION I): a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems) to premises, including the contents of such premises, rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. b. The last paragraph of subsection 2. Exclusions isreplaced by the following: Exclusions c. through n. do not apply to darnage 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 111— LIMITS OF INSURANCE. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 2 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000240 Page 160 2. Paragraph 6. under SECTION I11— LIMITS OF INSURANCE is replaced by the following: 6. Subject to 5. above, the Damage To Premises Rented To You Limit is.the most we will pay under Coverage A for damages because of "property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion, smoke, or leakage from. automatic protection systems, while rented to you or temporarily occupied by you with permission of the owner. This limit is the greater of: a. $300,000; or b. The amount shown in the Declarations for Damage To Premises Rented To You Limit. 3. The word "fire" is changed to "fire, lightning, explosion, smoke, or leakage from automatic fire protection systems" where it appears in: a. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Condition 4. Other Insurance, paragraph b. Excess Insurance, subparagraph (1)(b); and b. SECTION V — DEFINITIONS, paragraph 9.a. F. MEDICAL PAYMENTS EXTENSION 1. SECTION III — LIMITS OF INSURANCE, paragraph 7. is replaced by the following: 7. Subject to 5. above, the Medical Expense Limit is the most we will pay under Coverage C. for all medical expenses because of "bodily injury" sustained by any one person. The Medical Expense Limit is the greater of: a. $15,000; or b. The Medical Expense Limit shown in the Declarations. 2. Under provision 1. Insuring Agreement of COVERAGE C MEDICAL PAYMENTS (SECTION I), the second subparagraph (2) of paragraph a. is replaced by the following; (2) The expenses are incurred and reported to us within three years of the date of the accident; and 3. This endorsement provision F. does not apply when: a. It is shown in the Schedule as not applicable; or b. COVERAGE C. MEDICAL PAYMENTS (SECTION I) is otherwise excluded from this Coverage Part. G. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B Under SUPPLEMENTARY PAYMENTS— COVERAGES A AND B: 1. Paragraph 1.b. is replaced by the following: b. Up to $2500 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $300 a day because of time off from work. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12102) Page 3 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000241 Page 161 05/13/2012 8851920 H. ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under SECTION II — WHO IS AN INSURED is amended to include as an insured any person or organization when you and such person or organization have agreed in writing in a contract, agreement or permit that such person or organization be added as an additional insured on your policy to provide insurance such as is afforded under this Coverage Part. Such person or organization is an additional insured only with respect to liability arising out of: a. Your ongoing operations performed for that person or organization; or b. Premises or facilities owned or used by you. With respect to provision 1.a. above, a person's or organization's status as an insured under this endorsement ends when your operations for that person or organization are completed. With respect to provision 1.b. above, a person's or organization's status as -an insured under this endorsement ends -when their contract or agreement with you for such premises or facilities ends. 2. This endorsement provision H. does -not apply: a. Unless the written contract or agreement has been executed, or permit has been issued, prior to the. "bodily injury", "property damage" or "personal and advertising injury"; b. To "bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, in the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (2) That portion of "your work" out of which the injury Or damage arises has been put to its intended use by any person or -organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project; c. To the rendering of or failure to render any professional services including, but not limited to, any professional architectural, engineering or surveying services such as: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; d. To "bodily injury", "property damage" or "personal and advertising injury" arising out of any act, error or omission that results from the additional insured's sole negligence or wrongdoing; e. To any person or organization included as an insured under provision I. of this endorsement; f. To any person or organization included as an insured by a separate additional insured endorsement issued by us and made a part of this policy; or When it is shown in the Scheduleasnot-applicable. 9- Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 4 of 6 NTCODMMF405 INSURED COPY PGDM060D J25270 AC3FPPN 00000242 Page 162 I. ADDITIONAL INSURED — VENDORS Paragraph 2. under SECTION It— WHO IS AN INSURED is amended to include as an insured any person or organization (referred to below as "vendor") with whom you agreed, in a written contract or agreement to provide insurance such as is afforded under this policy, but only with respect to "bodily injury" or "property damage" arising out of "your products" which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: 1. The insurance afforded the vendor does not apply to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion doesnot apply to liability for damages. that the vendor would have in the absence of the contract oragreement; b. Any express warranty unauthorized by you; c. Any physical or chemical change in the product made intentionally by the vendor; d. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the course of business, in connection with thedistribution or sale of the products; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; g. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or h. To "bodily injury" or "property damage" arising out of any act, error or omission :that results from the additional insured's sole negligence or wrongdoing. 2. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. 3. This endorsement provision I. does not apply when it is shown in the Schedule as not applicable. J. BROAD FORM NAMED INSURED 1. SECTION II — WHO IS AN INSURED is amended to include as an insured any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. 2. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to: Condition 4. Other Insurance, paragraph b. Excess Insurance: This insurance is excess over any of the other insurance, Whether primary, excess, contingent or on any other basis, that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock. 3. Paragraph 2. of this endorsement provision J.does not apply to a policy written to apply: specifically in excess of this policy. 4. This endorsement provision J. does not apply when it is shown in the Schedule as not applicable. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 5 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000243 Page 163 K. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 1. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. 2. This endorsement provision K. does not apply when it is shown in the Schedule as not applicable. L. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 1. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, the following is added to Condition 2. Duties in the Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant -or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under paragraph 1. of SECTION 11— WHO IS AN INSURED or a person who has. been designated by them to receive reports of occurrences, offenses, claims and "suits" shall have received such notice from the agent, servant or "employee". 2. This endorsement provision L. does not apply when it is shown in the Schedule as not applicable. M. LIBERALIZATION CLAUSE If we revise this Commercial General Liability EXtension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective_ in your state. This does not apply to provisions that are shown in the Schedule as not applicable. N. BODILY INJURY REDEFINED Under SECTION V — DEFINITIONS, definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury; sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Copyright, Insurance Services Office, Inc., 2000 22-45TX (12/02) Page 6 of 6 INSURED COPY 05/13/2012 8851920 NTCODMMF405 PGDM060D J25270 AC3FPPN 00000244 Page 164 exasMut InsuranceCompny WC 42 03 04 A WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY 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 OPERAT IONS 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 I NFORMAT ION 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 at 12:01 A.M. standard time, forms a part of Policy No. TSF-0001252254 20140513 oftheTexas Mutual Insurance Company Issued to C. GREEN SCAPING, L.P. Premium $ WC420304A (ED. 1-01-2000) INSURED'S COPY Endorsement No. 14ilios Authorized Representative QUSER 5-08-2014 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 — Definitions and Terminology 1 1.01 Defined Terms 1 1.02 Terminology 6 Article 2 — Preliminary Matters 7 2.01 Copies of Documents 7 2.02 Commencement of Contract Time; Notice to Proceed 7 2.03 Starting the Work 8 2.04 Before Starting Construction 8 2.05 Preconstruction Conference 8 2.06 Public Meeting 8 2.07 Initial Acceptance of Schedules 8 Article 3 — Contract Documents: Intent, Amending, Reuse 8 3.01 Intent 8 3.02 Reference Standards 9 3.03 Reporting and Resolving Discrepancies 9 3.04 Amending and Supplementing Contract Documents 10 3.05 Reuse of Documents 10 3.06 Electronic Data 11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points 11 4.01 Availability of Lands 11 4.02 Subsurface and Physical Conditions 12 4.03 Differing Subsurface or Physical Conditions 12 4.04 Underground Facilities 13 4.05 Reference Points 14 4.06 Hazardous Environmental Condition at Site 14 Article 5 — Bonds and Insurance 16 5.01 Licensed Sureties and Insurers 16 5.02 Performance, Payment, and Maintenance Bonds 16 5.03 Certificates of Insurance 16 5.04 Contractor's Insurance 18 5.05 Acceptance of Bonds and Insurance; Option to Replace 19 Article 6 — Contractor's Responsibilities 19 6.01 Supervision and Superintendence 19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 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 Representative 37 9.02 Visits to Site 37 9.03 Authorized Variations in Work 38 9.04 Rejecting Defective Work 38 9.05 Determinations for Work Performed 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 Article 10 - 10.01 10.02 Unauthorized Changes in the Work 10.03 Execution of Change Orders 10.04 Extra Work Changes in the Work; Claims; Extra Work 38 Authorized Changes in the Work 38 39 10.05 Notification to Surety 10.06 Contract Claims Process Article 11 - 11.01 11.02 11.03 Unit Price Work 11.04 Plans Quantity Measurement 39 39 39 40 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement 41 Cost of the Work 41 Allowances 43 44 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 - 13.01 13.02 13.03 Tests and Inspections 13.04 Uncovering Work 13.05 City May Stop the Work 13.06 Correction or Removal of Defective Work 13.07 Correction Period 13.08 Acceptance of Defective Work 13.09 City May Correct Defective Work Article 14 - 14.01 14.02 14.03 Contractor's Warranty of Title 14.04 14.05 Final Inspection 14.06 Final Acceptance 14.07 Final Payment 14.08 Final Completion Delayed and Partial Retainage Release 14.09 Waiver of Claims Tests and Inspections; Correction, Removal or Acceptance of Defective Work 48 Notice of Defects 48 Access to Work 48 48 49 49 50 50 51 51 Payments to Contractor and Completion 52 Schedule of Values 52 Progress Payments 52 54 Partial Utilization 55 55 55 56 56 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 Article 16 - Dispute Resolution 61 16.01 Methods and Procedures 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 Article 17 — Miscellaneous 62 17.01 Giving Notice 62 17.02 Computation of Times 62 17.03 Cumulative Remedies 62 17.04 Survival of Obligations 63 17.05 Headings 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 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 temmus 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 tend, 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 fowl acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day — A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day— A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I 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 telnis of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 00 72 00 - I General Conditions Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed --A written notice given by City to Contractor fixing the date on which the Contract Time will comment to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 -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 perfoiiued under the Contract Documents. 53. Project Representative —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of perfoiuiing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not confoini to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 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 Documzents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 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 temnl compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Deering Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or perfoiniing 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 infouiiation and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points drawings A. City shall provide engineering Nmea 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and infoiiiiation 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 indemni)5' 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 indemnU' any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 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 foiin 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I 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 perfoiin any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 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-confoiuiance 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I 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 cormunication) 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 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 deteiiuines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to deteiniine 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 indemnift 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Business Diversity Enterprise Ordinance Compliance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance (as amended) by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work performed by a MBE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debauiient in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City througjh 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 deteiiiiination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 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 indemni, and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 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 peiinits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing penlnanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00'200-1 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.html. 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall inden7nify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perfolui any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to confoiiu with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to detelniine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 00 72 00 - 1 General Conditions Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE ;AND BE EFFECTIVE EVEN IF IT IS, ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor perfonnance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decernber21, 2012 007200-1 General Conditions Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will confoini generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 38 of 63 9.03 Authorized Variations in Work City's Project Representative may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for peuuanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decernber21, 2012 007200-1 General Conditions Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the teuus of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not 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.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.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.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.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 11.01.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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Deeember21, 2012 007200-1 General Conditions Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as deteiinined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-I 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, MN% 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 perfonn the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-I General Conditions Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all infolniation as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 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 STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decernber21, 2012 007200-I 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 confiliiis, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and perfoluiance 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 deteuiiined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established 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 perfoun the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December2l, 2012 007200-1 General Conditions Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete perforrrrance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: Decembei21, 2012 007200-1 General Conditions Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the folio 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.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 007200-1 General Conditions Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision: December21, 2012 1 2 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 3 TO 4 GENERAL CONDITIONS 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 10 of the 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 15 meaning 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 20 other 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. 29 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 30 Contract 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 NONE 36 37 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 46 SC-4.01A.2, "Availability of Lands" 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 6 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 7 and do not bind the City. 8 9 SC-4.02A., "Subsurface and Physical Conditions" (Geotechnical Reports) 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Geotechnical Engineering Report No. 95145069 , dated August 7, 2014 , prepared by Terracon 14 Consultants, Inc. a sub -consultant of Caye Cook & Associates, a consultant of the City, providing 15 additional information on the soil conditions for the low water crossing and parking lot at Hallmark Park. 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 19 NONE. 20 21 SC-4.06A., "Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 NONE 25 26 SC-5.03A., "Certificates of Insurance" 27 28 The entities listed below are "additional insureds as their interest may appear" including their respective 29 officers, directors, agents and employees. 30 31 (1) City 32 (2) Consultant: Caye Cook & Associates 33 (3) Other: NONE 34 35 SC-5.04A., "Contractor's Insurance" 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 41 42 Statutory limits 43 Employer's liability 44 $100,000 each accident/occurrence 45 $100,000 Disease - each employee 46 $500,000 Disease - policy limit 47 48 SC-5.04B., "Contractor's Insurance" 49 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1,2013 02189, 02190, 02191 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 if 32 33 34 35 36 37 38 39 40 41 1 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 $500,000 $100,000 Bodily Injury per person / Bodily Injury per accident / Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide the name of the railroad company. However, if more than one grade CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 one insurance policy in separation or at -grade PARK RENOVATIONS AT 02189, 02190, 02191 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 crossing is affected by the Project at entirely separate locations on the line or lines of the same 2 railroad company, separate coverage may be required, each in the amount stated above. 3 4 2. Where more than one railroad company is operating on the same right-of-way or where several 5 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 6 may be required to provide separate insurance policies in the name of each railroad company. 7 8 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a 9 railroad company's right-of-way at a location entirely separate from the grade separation or at- 10 grade crossing, insurance coverage for this work must be included in the policy covering the grade 11 separation. 12 13 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 14 way, all such other work may be covered in a single policy for that railroad, even though the work 15 may be at two or more separate locations. 16 17 No work or activities on a railroad company's property to be performed by the Contractor shall be 18 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 19 for each railroad company named, as required above. All such insurance must be approved by the City and 20 each affected Railroad Company prior to the Contractor's beginning work. 21 22 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 23 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 24 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 25 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 26 railroad company operating over tracks involved in the Project. 27 28 SC-6.04., "Project Schedule" 29 30 Project schedule shall be tier <1, 2, 3, 4, or 5> for the project. 31 The Contractor must submit the project schedule at the pre -construction meeting. 32 33 SC-6.07., "Wage Rates" 34 35 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 36 Appendixes: 37 List the prevailing wage rate table(s) applicable to the type of construction being provided in this 38 contract. 39 40 SC-6.09., "Permits and Utilities" 41 42 SC-6.09A., "Contractor obtained permits and licenses" 43 The following are known permits and/or licenses required by the Contract to be acquired by the 44 Contractor:. 45 1. ELECTRICAL PERMIT 46 47 SC-6.09B. "City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 NONE. 50 51 SC-6.09C. "Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of January 54 15, 2015: 55 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION Parks and Community Service Flood Plain Development Permit Jan 22, 2015 To be determined Contractor Electrical Permit (Hallmark Park) during the Pre - Construction Meeting 2 3 4 SC-7.02., "Coordination" 5 6 The individuals or entities listed below have contracts with the City for the performance of other work at 7 the Site: NONE. 8 Vendor Scope of Work Coordination Authority 9 10 11 SC-8.O1, "Communications to Contractor" 12 13 NONE. 14 15 SC-9.01., "City's Project Representative" 16 17 The following firm is a consultant to the City responsible for construction management of this Project: 18 NONE. 19 20 SC-13.03C., "Tests and Inspections" 21 22 NONE. 23 24 SC-16.01C.1, "Methods and Procedures" 25 26 NONE. 27 28 29 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 1,2013 02189, 02190, 02191 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART 1 - 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 11 00 - 3 SUMMARY OF WORK 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 13 DATE NAME 1 Revision Log SUMMARY OF CHANGE Page 3 of 3 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART 1 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 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 Foini (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 31 DATE NAME 1 Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 SUMMARY OF CHANGE PARK RENOVATIONS AT 02189, 02190, 02191 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1- GENERAL SECTION 01 31 19 PRECONSTRUCTION MEETING 01 31 19 -1 PRECONSTRUCTION MEETING Page I of 3 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 foiiu to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 01 31 19 - 3 PRECONSTRUCTION MEETING 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 13 1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Page 3 of 3 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 01 31 20 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Page 1 of 3 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. Progress Meetings 31 1. Formal project coordination meetings will be held periodically. Meetings will be 32 scheduled and administered by Project Representative. 33 2. Additional progress meetings to discuss specific topics will be conducted on an as- 34 needed basis. Such additional meetings shall include, but not be limited to: 35 a. Coordinating shutdowns 36 b. Installation of piping and equipment 37 c. Coordination between other construction projects 38 d. Resolution of construction issues CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 013120-2 PROJECT MEETINGS Page 2 of 3 1 e. Equipment approval 2 3. The Project Representative will preside at progress meetings, prepare the notes of 3 the meeting and distribute copies of the same to all participants who so request by 4 fully completing the attendance form to be circulated at the beginning of each 5 meeting. 6 4. Attendance shall include: 7 a. Contractor's project manager 8 b. Contractor's superintendent 9 c. Any subcontractor or supplier representatives whom the Contractor may desire 10 to invite or the City may request 11 d. Engineer's representatives 12 e. City's representatives 13 f. Others, as requested by the Project Representative 14 5. Preliminary Agenda may include: 15 a. Review of Work progress since previous meeting 16 b. Field observations, problems, conflicts 17 c. Items which impede construction schedule 18 d. Review of off -site fabrication, delivery schedules 19 e. Review of construction interfacing and sequencing requirements with other 20 construction contracts 21 f. Corrective measures and procedures to regain projected schedule 22 g. Revisions to construction schedule 23 h. Progress, schedule, during succeeding Work period 24 i. Coordination of schedules 25 j. Review submittal schedules 26 k. Maintenance of quality standards 27 1. Pending changes and substitutions 28 m. Review proposed changes for: 29 1) Effect on construction schedule and on completion date 30 2) Effect on other contracts of the Project 31 n. Review Record Documents 32 o. Review monthly pay request 33 p. Review status of Requests for Information 34 6. Meeting Schedule 35 a. Progress meetings will be held periodically as determined by the Project 36 Representative. 37 1) Additional meetings may be held at the request of the: 38 a) City 39 b) Engineer 40 c) Contractor 41 7. Meeting Location 42 a. The City will establish a meeting location. 43 1) To the extent practicable, meetings will be held at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 3120 -3 PROJECT MEETINGS 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 13 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 3 of 3 PARK RENOVATIONS AT 02189, 02190, 02191 013216-1 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 1 — General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 32 16 - 2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 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. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189, 02190, 02191 01 32 16 - 3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following: 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to determine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will, after receipt of such justification and supporting 10 evidence, make findings of fact and will advise the Contractor, in 11 writing thereof. 12 2) If the City finds that the requested extension of time is entitled, the City's 13 determination as to the total number of days allowed for the extensions 14 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which, according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 21 2. Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time, it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of job conditions, weather, 28 technical difficulties, strikes, unavoidable delays on the part of the City or its 29 representatives, and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions, the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work, in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the amount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates, and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 32 16 -5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 17 18 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189, 02190, 02191 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 01 32 33 2 PRECONSTRUCTION VIDEO 3 PART 1- 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] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 1 5 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1 - GENERAL SECTION 01 33 00 SUBMITTALS 013300-1 SUBMITTALS Page 1 of 8 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. Submittal date added. 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. The Contractor shall turn in all submittals at the Pre -Construction meeting. 28 b. Prepare, prioritize and transmit each subsequent submittal sufficiently in 29 advance of performing the related Work or other applicable activities, or within 30 the time specified in the individual Work Sections, of the Specifications. 31 c. Contractor is responsible such that the installation will not be delayed by 32 processing times including, but not limited to: 33 a) Disapproval and resubmittal (if required) 34 b) Coordination with other submittals 35 c) Testing 36 d) Purchasing 37 e) Fabrication 38 f) Delivery 39 g) Similar sequenced activities CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 013300-2 SUBMITTALS Page 2 of 8 1 d. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 e. Make submittals promptly in accordance with approved schedule, and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 13 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission (second resubmission) of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings, product data and samples, including those by 24 subcontractors, prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) "By this submittal, I hereby represent that I have determined and verified 35 field measurements, field construction criteria, materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 ''A inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items / Table of Contents 46 c. Product Data /Shop Drawings/Samples /Calculations 47 E. Submittal Content CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 1. The date of submission and the dates of any previous submissions 2 3 2. The Project title and number 3. Contractor identification 013300-3 SUBMITTALS Page 3 of 8 4 4. The names of: 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product, with the Specification Section number, page and 9 paragraph(s) 10 6. Field dimensions, clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes, but is not necessarily limited to: 18 a. Custom -prepared data such as fabrication and erection/installation (working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List, clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List, submittal data may include, but is not necessarily limited to: 39 a. Standard prepared data for manufactured products (sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing -in diagrams and templates CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 013300-4 SUBMITTALS Page 4 of 8 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational -range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10) Mill reports 7 11) Product operating and maintenance instructions and recommended 8 spare -parts listing and printed product warranties 9 12) As applicable to the Work 10 H. Samples 11 1. As specified in individual Sections, include, but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing, as applicable to the Work 20 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed, materials purchased or on -site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk. 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work, materials, fabrication, and installations in conformance 28 with approved shop drawings, applicable samples, and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site, or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 40 returned, Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189,02190,02191 01 33 00 - 5 SUBMITTALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution (if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor shall submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 16 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples, where required, to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings, data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors, including details, 28 dimensions, and materials 29 c. Approving departures from details furnished by the City, except as otherwise 30 provided herein 31 2. The review and approval of shop drawings, samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor, and the City will 35 have no responsibility therefore. 36 3. The Contractor remains responsible for details and accuracy, for coordinating the 37 Work with all other associated work and trades, for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner 39 4. If the shop drawings, data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance, the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: 45 a. Code 1 46 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 47 comments on the submittal. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 013300-6 SUBMITTALS Page 6 of 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and comments IS NOT required by the Contractor. 6 a) The Contractor may release the equipment or material for manufacture; 7 however, all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 11 assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however, all notations and comments must be incorporated into the 15 final product. 16 b) This resubmittal is to address all comments, omissions and 17 non -conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED" is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections other than requested by the City 30 2) Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense, based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals, will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial, at the City's 44 discretion. 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor, and will be considered "Not Approved" until resubmitted. 47 c. The City may at its option provide a list or mark the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 33 00 - 7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents, then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City, the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections, include, but are not necessarily 12 limited to, complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information (RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information (RFI) form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required, the City will issue a Field Order or Change 33 Order, as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 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 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 3513 SPECIAL PROJECT PROCEDURES 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item 6 will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 10 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-of-way which is under the jurisdiction of the Texas 27 Department of Transportation (TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines (more than 600 volts measured between 36 conductors or between a conductor and the ground) shall be in accordance with 37 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a. Insulating cage -type of guard about the boom or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 c. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company (example: ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as "AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May 1 through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m. to 10:00 a.m. 27 2. Watch Days 28 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 29 with the National Weather Service, will issue the Air Pollution Watch by 3:00 30 p.m. on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However, the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than 1 hour, or 36 b) If equipment is new and certified by EPA as "Low Emitting", or 37 equipment bums Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives, Drop Weight, Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 01 35 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis, prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project (i.e. type of construction activity) 32 d) Actual construction duration within the block 33 c) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE peunits are required, meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to, provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean 2 Construction Specification [if required for the project — verify with City] 3 1. Comply with equipment, operational, reporting and enforcement requirements set 4 forth in NCTCOG's Clean Construction Specification.] 5 1.5 SUBMITTALS [NOT USED] 6 1.6 ACTION SUBNIITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 END OF SECTION 16 17 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. 8/31/2012 D. Johnson Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 01 35 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 IQIICE Qf CQIIIROCTIQI 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 Date: EXHIBIT B F2Q4ORIH_ DOE NO. XXXX Project Mame: 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 45 23 -2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests perfoiiiied by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 30 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189, 02190, 02191 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 50 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 01 55 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART 1 - 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 d. Providing traffic barriers for work in street right-of-way 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 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 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 27 Transportation, Standard Specifications for Construction and Maintenance of 28 Highways, Streets, and Bridges. 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Coordination 31 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 32 implementing Traffic Control within 500 feet of a traffic signal. 33 B. Street Use Permit 34 1. Prior to installation of traffic control devices, a City Street Use Permit may be 35 required. 36 a. To obtain Street Use Permit, submit Traffic Control Plans to City 37 Transportation and Public Works Department. 38 1) Allow a minimum of 5 working days for permit review. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 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. Removal of Street Sign 4 1. If it is determined that a street sign must be removed for construction, then contact 5 City Transportation and Public Works Department, Signs and Markings Division to 6 remove the sign. 7 D. Temporary Signage 8 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 9 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 10 Devices (MUTCD). 11 2. Install temporary sign before the removal of permanent sign. 12 3. When construction is complete, to the extent that the permanent sign can be 13 reinstalled, contact the City Transportation and Public Works Department, Signs 14 and Markings Division, to reinstall the permanent sign. 15 E. Traffic Control Standards 16 1. Traffic Control Standards can be found on the City's Buzzsaw website. 17 1.5 SUBMITTALS [NOT USED] 18 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 23 1.11 FIELD [SITE] CONDITIONS [NOT USED] 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS [NOT USED] 26 PART 3 - EXECUTION [NOT USED] 27 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1 - GENERAL 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 SECTION 01 5713 STORM WATER POLLUTION PREVENTION 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 31 25 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 31 25 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 01 57 13 -2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. 3 B. Construction Activities resulting in: 4 1. Less than 1 acre of disturbance 5 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 6 Drawings. 7 2. 1 to less than 5 acres of disturbance 8 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 9 Permit is required 10 b. Complete SWPPP in accordance with TCEQ requirements 11 1) TCEQ Small Construction Site Notice Required under general permit 12 TXR150000 13 a) Sign and post at job site 14 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 15 Transportation and Public Works, Environmental Division, (817) 392- 16 6088. 17 2) Provide erosion and sediment control in accordance with: 18 a) Section 31 25 00 19 b) The Drawings 20 c) TXR150000 General Permit 21 d) SWPPP 22 e) TCEQ requirements 23 3. 5 acres or more of Disturbance 24 a. Texas Pollutant Discharge Elimination System (TPDES) General Construction 25 Permit is required 26 b. Complete SWPPP in accordance with TCEQ requirements 27 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 28 a) Sign and post at job site 29 b) Send copy to City Department of Transportation and Public Works, 30 Environmental Division, (817) 392-6088. 31 2) TCEQ Notice of Change required if making changes or updates to NOI 32 3) Provide erosion and sediment control in accordance with: 33 a) Section 31 25 00 34 b) The Drawings 35 c) TXR150000 General Permit 36 d) SWPPP 37 e) TCEQ requirements 38 4) Once the project has been completed and all the closeout requirements of 39 TCEQ have been met a TCEQ Notice of Termination can be submitted. 40 a) Send copy to City Department of Transportation and Public Works, 41 Environmental Division, (817) 392-6088. 42 1.5 SUBMITTALS 43 A. SWPPP 44 1. Submit in accordance with Section 01 33 00, except as stated herein. 45 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 46 as follows: 47 1) 1 copy to the City Project Manager CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 57 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 a) City Project Manager will forward to the City Department of 2 Transportation and Public Works, Environmental Division for review 3 B. Modified SWPPP 4 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 5 in accordance with Section 01 33 00. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 11 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2 - PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 16 17 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 4 1 SECTION 01 5813 2 TEMPORARY PROJECT SIGNAGE 3 PART 1- 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 58 13 -2 TEMPORARY PROJECT SIGNAGE Page 2 of 4 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 — SEE NEXT PAGE FOR SIGN DIMENSIONS 30 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 3 4 5 6 7 8 9 I0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 4' 01 58 13 -3 TEMPORARY PROJECT SI(iNA(i1i 41. FORT WORTH® 61" — 2 4 3" 62" 2 PARKS AND COMMUNITY SERVICES Project Title Funding 1" \ 1" 1 2" 2 After Hours Call: (817) 392 - X)OCX 3. http://www.fortworthgov.org/projects Contractor: Contractor's Name Questions on this Project Call: (817) 392 - XXXX FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725-BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE BORDER - BLUE 4 12 1" TYP. NOTES: IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" / LOGO AT CDR SIGN AND ENGRAVING, 8311 EAST LANCASTER AVE (817-451-4684), PEEL AND PLACE IN FUNDING SECTION. Page 3 or4 PROJECT DESIGNATION SIGN CRY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1- H I DATE: END OF SECTION CITY OF FORD WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 58 13 -4 TEMPORARY PROJECT SIGNAGE Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 01 60 00 2 PRODUCT REQUIREMENTS 3 PART 1- 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 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 60 00 - 2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART 1 - 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 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 AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 66 00 - 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 01 70 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel, equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment, and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include, but are not necessarily limited to: 23 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 24 2. Division 1— General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under "Measurement" will be paid for at the unit 41 price per each "Specified Remobilization" in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby, idle time, or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby, idle time, or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price per each "Work Order Mobilization" in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.1.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby, idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under "Measurement" will be paid for at the unit 31 price per each "Work Order Emergency Mobilization" in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby, idle time, or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the Earthwork bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals, if required, shall be in accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the Contractor. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes. 15 16 B. Construction Survey 17 1. Construction Survey will be performed by the Contractor's licensed surveyor. 18 2. Coordination 19 a. Contractor to verify that control data established in the design survey remains 20 intact. 21 b. Coordinate with the City prior to field investigation to determine which 22 horizontal and vertical control data will be required for construction survey. 23 c. It is the Contractor's responsibility to coordinate Construction Survey such that 24 construction activities are not delayed or negatively impacted. 25 d. Notify City if any control data needs to be restored or replaced due to damage 26 caused during construction operations. 27 1) Contractor shall perform replacements and/or restorations. 28 3. General 29 a. Construction survey will be performed in order to maintain complete and 30 accurate logs of control and survey work as it progresses for Project Records. 31 b. The Contractor will need to ensure coordination is maintained with the City to 32 perform construction survey to obtain construction features, including but not 33 limited to the following: 34 1) All Utility Lines 35 a) Rim and flowline elevations and coordinates for each manhole or 36 junction structure 37 2) Water Lines 38 a) Top of pipe elevations and coordinates for waterlines at the following 39 locations: 40 (1) Every 250 linear feet 41 (2) Horizontal and vertical points of inflection, curvature, etc. (All 42 Fittings) 43 (3) Cathodic protection test stations 44 (4) Sampling stations 45 (5) Meter boxes/vaults (All sizes) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (6) Fire lines 2 (7) Fire hydrants 3 (8) Gate valves 4 (9) Plugs, stubouts, dead-end lines 5 (10) Air Release valves (Manhole rim and vent pipe) 6 (11) Blow off valves (Manhole rim and valve lid) 7 (12) Pressure plane valves 8 (13) Cleaning wyes 9 (14) Casing pipe (each end) 10 b) Storm Sewer 11 (1) Top of pipe elevations and coordinates at the following locations: 12 (a) Every 250 linear feet 13 (b) Horizontal and vertical points of inflection, curvature, etc. 14 c) Sanitary Sewer 15 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 16 the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature, etc. 19 (c) Cleanouts 20 c. Construction survey will be performed in order to maintain complete and 21 accurate logs of control and survey work associated with meeting or exceeding 22 the line and grade required by these Specifications. 23 d. The Contractor will need to ensure coordination is maintained with the City to 24 perform construction survey and to verify control data, including but not 25 limited to the following: 26 1) Established benchmarks and control points provided for the Contractor's 27 use are accurate 28 2) Benchmarks were used to furnish and maintain all reference lines and 29 grades for tunneling 30 3) Lines and grades were used to establish the location of the pipe 31 4) Submit to the City copies of field notes used to establish all lines and 32 grades and allow the City to check guidance system setup prior to 33 beginning each tunneling drive. 34 5) Provide access for the City to verify the guidance system and the line and 35 grade of the carrier pipe on a daily basis. 36 6) The Contractor remains fully responsible for the accuracy of the work and 37 the correction of it, as required. 38 7) Monitor line and grade continuously during construction. 39 8) Record deviation with respect to design line and grade once at each pipe 40 joint and submit daily records to City. 41 9) If the installation does not meet the specified tolerances, immediately notify 42 the City and correct the installation in accordance with the Contract 43 Documents. 44 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 45 1.11 FIELD [SITE] CONDITIONS [NOT USED] 46 1.12 WARRANTY [NOT USED] 47 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 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 APPLICATION 6 3.5 REPAIR / RESTORATION [NOT USED] 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD [oR] SITE QUALITY CONTROL 9 10 11 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. B. Do not change or relocate stakes or control data without approval from the City. 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 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 21 DATE 8/31/2012 Revision Log NAME SUMMARY OF CHANGE D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 01 74 23 CLEANING 017423-1 CLEANING Page 1 of 4 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189,02190,02191 1 2 3 PART 1 - GENERAL SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189, 02190, 02191 01 77 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 29 DATE Revision Log NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 02189, 02190, 02191 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 01 78 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - 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 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 78 23 - 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 78 23 - 3 OPERATION AND MAINTENANCE DATA 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 6 C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. Page 3 of 5 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 78 23 - 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, nouual 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 01 78 23 - 5 OPERATION AND MAINTENANCE DATA 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 DATE NAME 8/31/2012 D. Johnson Revision Log SUMMARY OF CHANGE 1.5.A.1 — title of section removed Page 5 of 5 CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 5 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART 1- 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 Fauns 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work, both concealed and 7 visible, to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement, investigation and examination. 9 1.10 STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data, use means necessary to again secure the data 15 to the City's approval. 16 a. In such case, provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2 - PRODUCTS 21 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 02189, 02190, 02191 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1 Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS - JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time, the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed, devise a 15 suitable method for protecting the job set. 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City, until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries. 28 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes, use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 33 ducts, and similar items, are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor, subject to the 36 City's approval. 37 2) However, design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b. Show on the job set of Record Drawings, by dimension accurate to within 1 41 inch, the centerline of each run of items. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 5 1 1) Final physical arrangement is determined by the Contractor, subject to the 2 City's approval. 3 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 4 ceiling plenum", "exposed", and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where, in the City's judgment, conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1. Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents, coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction, and the actual location of items. 17 c. Call attention to each entry by drawing a "cloud" around the area or arcas 18 affected. 19 d. Make changes neatly, consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents, other than Drawings, have been kept clean during progress of 23 the Work, and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents, other than Drawings, will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling, and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR / RESTORATION [NOT USED] 31 3.6 RE -INSTALLATION [NOT USED] 32 3.7 FIELD toR] SITE QUALITY CONTROL [NOT USED] 33 3.8 SYSTEM STARTUP [NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 02189, 02190, 02191 1 DATE 01 78 39 - 5 PROJECT RECORD DOCUMENTS Revision Log NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Page 5 of 5 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 PART 1 - GENERAL 4 1.1 SUMMARY SECTION 02 41 13 SELECTIVE SITE DEMOLITION 024113-1 SELECTIVE SITE DEMOLITION Page 1 of 4 5 A. Section Includes Base Bid and Bid Alternate work for: 6 1. Removing concrete sidewalks and concrete slab 7 2. Removing concrete ADA ramps and landings 8 3. Removing concrete curb at parking and street 9 4. Removing site furniture and footings 10 5. Disposal of removed materials 11 6. Work summary by site: 12 a. Jefferson Davis — 13 Base bid: removal of sidewalk, ADA ramp, concrete curb at street. 14 Bid alternates: include removal of concrete paving slab at basketball 15 court and picnic grills and designated site furniture. 16 b. Hallmark — 17 Base bid: removal of concrete curb and spilled concrete debris. 18 Bid alternates include removal of designated site furniture. 19 c. Oakmont Linear — 20 Base bid: none. 21 Bid alternates: removal of metal post with footing. 22 B. Deviations this from City of Fort Worth Standard Specification 23 1. Removal of concrete curb and site furniture added; non -relevant items 24 removed. 25 2. Measurement and payment changed to lump sum. 26 C. Related Specification Sections include, but are not necessarily limited to: 27 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 28 Contract 29 2. Division 1 — General Requirements 30 3. Section 31 22 00 — Earthwork 31 1.2 PRICE AND PAYMENT PROCEDURES 32 A. Measurement and Payment 33 1. Measurement by lump sum per park to include items as designated on the 34 plans: 35 a. Remove Sidewalk/Concrete paving 36 b. Remove ADA Ramp 37 c. Remove Concrete Curb 38 d. Remove Site Furniture and Posts 39 e. Remove associated concrete footing 40 41 2. Payment by lump sum per park to include items designated on the plans. Bid to include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 4 1 a. Remove Sidewalk/Paving: full compensation for saw cutting, removal, 2 hauling, disposal, tools, equipment, labor and incidentals needed to 3 execute work. Sidewalk adjacent to or attached to retaining wall 4 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 5 removal. For utility projects, this Item shall be considered subsidiary to 6 the trench and no other compensation will be allowed. 7 b. Remove ADA Ramp and landing: full compensation for saw cutting, 8 removal, hauling, disposal, tools, equipment, labor and incidentals needed 9 to execute work. Work includes ramp landing removal. 10 c. Remove Concrete curbing: full compensation for saw cutting, removal, 11 hauling, disposal, tools, equipment, labor and incidentals needed to 12 remove curbing by type (with or without gutter). 13 d. Remove Site Furniture and Posts: full compensation for removal, hauling, 14 disposal, tools, equipment, labor and incidentals needed to execute work. 15 Grinding of metal and chipping and grinding concrete for flush finish. 16 e. Remove footing: full compensation for removal, hauling, disposal, tools, 17 equipment, labor and incidentals needed to execute work. 18 19 B. Definitions 20 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or 21 brick unit pavers. 22 1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.4 SUBMITTALS [NOT USED] 24 1.5 ACTION SUBMITTALSJINFORMATIONAL SUBMITTALS [NOT USED] 25 1.6 CLOSEOUT SUBMITTALS [NOT USED] 26 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 27 1.8 QUALITY ASSURANCE [NOT USED] 28 1.9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 29 1.10 FIELD [SITE] CONDITIONS [NOT USED] 30 1.11 WARRANTY [NOT USED] 31 PART 2 - PRODUCTS 32 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 33 2.2 MATERIALS 34 A. Fill Material: See Section 31 22 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 02 41 13 - 3 SELECTIVE SITE DEMOLITION Page 3 of 4 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 REMOVAL 8 A. General. 9 1. Exercise caution to minimize damage to underground utilities. 10 2. Minimize amount of earth removed. 11 3. Remove paving to neatly sawed joints. 12 4. Use care to prevent fracturing adjacent, existing pavement. 13 B. Sawing 14 1. Sawing Equipment. 15 a. Power -driven. 16 b. Manufactured for the purpose of sawing pavement. 17 c. In good operating condition. 18 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 19 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 20 perpendicular to existing joint. 21 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 22 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 23 joint, cold joint, expansion joint, edge of paving or gutter lip, remove paving to that 24 joint, edge or lip. 25 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 26 neat, straight line for the purpose of removing the damaged area. 27 C. Remove Sidewalk/Concrete Paving 28 1.Remove sidewalk to nearest existing dummy, expansion or construction joint. 29 2. Sawcut when removing to nearest joint is not practical. See 3.4.G. 30 D. Remove ADA Ramp 31 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 32 See 3.4.G. 33 2. Remove ramp to nearest existing dummy, expansion or construction joint on 34 existing sidewalk. 35 E. Remove Concrete Curb 36 1. Sawcut curb and gutter and pavement prior to removal. See 3.4.G. 37 2. Remove curb to nearest existing dummy, expansion or construction joint. 38 3. Sawcut when removing to nearest joint is not practical. See 3.4.G. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 0241 13 -4 SELECTIVE SITE DEMOLITION Page 4 of 4 1 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 2 joint on existing sidewalk. 3 F. Remove Site Furniture 4 1. Cleanly cut bolts and metal posts where attached to concrete. Grind remaining 5 metal until flush with concrete slab. Patch holes with concrete or grout that is 6 compacted and with smooth finish flush with adjacent surface and matches 7 adjacent finish per Section 32 13 13. 8 2. Remove concrete footing to minimum 5" depth below surface. 9 G. Sawcut 10 1. Sawing Equipment 11 a. Power -driven 12 b. Manufactured for the purpose of sawing pavement 13 c. In good operating condition 14 d. Shall not spall or fracture the pavement to the removal area 15 2. Sawcut perpendicular to the surface completely through existing pavement. 16 3.5 REPAIR (NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 SITE QUALITY CONTROL [NOT USED] 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson l .2.A.2. Modified Payment - Items will be subsidiary to trench on utility projects CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-7 CAST -IN -PLACE CONCRETE Page 7 of 26 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod, unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic -Tie 7 c. Powers Fasteners AC 100+ Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot -dip zinc coating, ASTM A153, Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only, provide 16 adjustable wedge inserts of malleable cast iron complete with bolts, nuts and 17 washers. 18 1) Provide 3/4-inch bolt size, unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces, provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size, unless otherwise indicated. 23 I. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials, of the same type, brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C15O, Type VII, gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618, Class C or F 32 (2) Ground Granulated Blast -Furnace Slag 33 (a) ASTM C989, Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C124O, amorphous silica 36 3) Normal -Weight Aggregates 37 a) ASTM C33, Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse -Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-8 CAST -IN -PLACE CONCRETE Page 8 of 26 1 1. Air -Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other 5 admixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water -Reducing Admixture 9 1) ASTM C494, Type A 10 d. Retarding Admixture 11 1) ASTM C494, Type B 12 e. Water -Reducing and Retarding Admixture 13 1) ASTM C494, Type D 14 f. High -Range, Water -Reducing Admixture 15 1) ASTM C494, Type F 16 g. High -Range, Water -Reducing and Retarding Admixture 17 1) ASTM C494, Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C 1017, Type II 20 K. Waterstops 21 1. Self -Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium 23 bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/a- 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company; Volclay Waterstop-RX 27 2) Concrete Sealants Inc.; Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division; Hydro -Flex 30 5) JP Specialties, Inc.; Earthshield Type 20 31 6) Progress Unlimited, Inc.; Superstop 32 7) TCMiraDRI; Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182, Class 2, burlap cloth made from jute or kenaf, weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture -Retaining Cover 38 a. ASTM C171, polyethylene film or white burlap -polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear, Waterborne, Membrane -Forming Curing Compound 42 a. ASTM C309, Type 1, Class B, dissipating 43 b. Available Products 44 1) Anti -Hydro International, Inc.; AH Curing Compound #2 DR WB 45 2) Burke by Edoco; Aqua Resin Cure CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-9 CAST -IN -PLACE CONCRETE Page 9 of 26 1 3) ChemMasters; Safe -Cure Clear 2 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior 3 Company; W.B. Resin Cure 4 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 5 6) Euclid Chemical Company (The); Kurez DR VOX 6 7) Kaufman Products, Inc.; Thinfilm 420 7 8) Lambert Corporation; Aqua Kure -Clear 8 9) L&M Construction Chemicals, Inc.; L&M Cure R 9 10) Meadows, W. R., Inc.; 1100 Clear 10 11) Nox-Crete Products Group, Kinsman Corporation; Resin Cure E 11 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 12 13) Tamms Industries, Inc.; Horncure WB 30 13 14) Unitex; Hydro Cure 309 14 15) US Mix Products Company; US Spec Maxcure Resin Clear 15 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 16 M. Related Materials 17 1. Bonding Agent 18 a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene 19 butadiene 20 2. Epoxy Bonding Adhesive 21 a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding 22 to damp surfaces, of class suitable for application temperature and of grade to 23 suit requirements, and as follows: 24 1) Types I and II, non -load bearing 25 2) IV and V, load bearing, for bonding 26 3) Hardened or freshly mixed concrete to hardened concrete 27 3. Reglets 28 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 29 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 30 or debris. 31 4. Sleeves and Blockouts 32 a. Formed with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber 33 tubes or wood 34 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages 35 a. Sized as required 36 b. Shall be of strength and character to maintain formwork in place while placing 37 concrete 38 N. Repair Materials 39 1. Repair Underlayment 40 a. Cement -based, polymer -modified, self -leveling product that can be applied in 41 thicknesses of 1/8 inch or greater 42 1) Do not feather. 43 b. Cement Binder 44 1) ASTM C 150, portland cement or hydraulic or blended hydraulic cement as 45 defined in ASTM C219 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-10 CAST -IN -PLACE CONCRETE Page 10 of 26 1 c. Primer 2 1) Product of underlayment manufacturer recommended for substrate, 3 conditions, and application 4 d. Aggregate 5 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 6 recommended by underlayment manufacturer 7 e. Compressive Strength 8 1) Not less than 4100 psi at 28 days when tested according to 9 ASTM C 109/C 109M 10 2. Repair Overlayment 11 a. Cement -based, polymer -modified, self -leveling product that can be applied in 12 thicknesses of 1/8 inch or greater 13 1) Do not feather. 14 b. Cement Binder 15 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as 16 defined in ASTM C219 17 c. Primer 18 1) Product of topping manufacturer recommended for substrate, conditions, 19 and application 20 d. Aggregate 21 1) Well -graded, washed gravel, 1/8 to 1/4 inch or coarse sand as 22 recommended by topping manufacturer 23 e. Compressive Strength 24 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 25 O. Concrete Mixtures, General 26 1. Prepare design mixtures for each type and strength of concrete, proportioned on the 27 basis of laboratory trial mixture or field test data, or both, according to ACI 301. 28 a. Required average strength above specified strength 29 1) Based on a record of past performance 30 a) Determination of required average strength above specified strength 31 shall be based on the standard deviation record of the results of at least 32 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 33 by the larger amount defined by formulas 5-1 and 5-2. 34 2) Based on laboratory trial mixtures 35 a) Proportions shall be selected on the basis of laboratory trial batches 36 prepared in accordance with ACI 318, Chapter 5.3.3.2 to produce an 37 average strength greater than the specified strength fc by the amount 38 defined in table 5.3.2.2. 39 3) Proportions of ingredients for concrete mixes shall be determined by an 40 independent testing laboratory or qualified concrete supplier. 41 4) For each proposed mixture, at least 3 compressive test cylinders shall be 42 made and tested for strength at the specified age. 43 a) Additional cylinders may be made for testing for information at earlier 44 ages. 45 2. Cementitious Materials CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-11 CAST -IN -PLACE CONCRETE Page 11 of 26 1 a. Limit percentage, by weight, of cementitious materials other than portland 2 cement in concrete as follows, unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast -Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast -Furnace 7 Slag: 50 percent 8 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 9 percent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica fume not exceeding 10 13 percent 14 8) Combined Fly Ash or Pozzolans, Ground Granulated Blast -Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fume not exceeding 10 percent 17 3. Limit water-soluble, chloride -ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water -reducing high -range water -reducing or plasticizing admixture in 28 concrete, as required, for placement and workability. 29 d. Use water -reducing and retarding admixture when required by high 30 temperatures, low humidity or other adverse placement conditions. 31 e. Use water -reducing admixture in pumped concrete, concrete for heavy -use 32 industrial slabs and parking structure slabs, concrete required to be watertight, 33 and concrete with a water-cementitious materials ratio below 0.50. 34 f. Use corrosion -inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT "Standard Specifications for Construction and Maintenance of 37 Highways, Streets, and Bridges" for: 38 a. Culverts 39 b. Headwalls 40 c. Wingwalls 41 2. Proportion normal -weight concrete mixture as follows: 42 a. Minimum Compressive Strength: 3,000 psi at 28 days 43 b. Maximum Water-Cementitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high -range water -reducing admixture or plasticizing 46 admixture, plus or minus 1 inch CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 12 CAST -IN -PLACE CONCRETE Page 12 of 26 1 d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 Q. Fabricating Reinforcement 4 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 5 R. Fabrication of Embedded Metal Assemblies 6 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 7 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 8 accordance with AWS D1.1. 9 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. 10 All other metal assemblies shall be either hot dip galvanized or painted with an 11 epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound 12 installed in accordance with the manufacturer's instructions. Repair painted 13 assemblies after welding with same type of paint. 14 S. Concrete Mixing 15 1. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to 16 ASTM C94, and furnish batch ticket information. 17 a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing 18 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 19 above 90 degrees Fahrenheit, reduce mixing and delivery time to 60 minutes. 20 2. Project -Site Mixing: Measure, batch, and mix concrete materials and concrete 21 according to ASTM C94/C94M. Mix concrete materials in appropriate drum -type 22 batch machine mixer. 23 a. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 24 minutes, but not more than 5 minutes after ingredients are in mixer, before any 25 part of batch is released. 26 b. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 27 seconds for each additional 1 cubic yard. 28 c. Provide batch ticket for each batch discharged and used in the Work, indicating 29 Project identification name and number, date, mixture type, mixture time, 30 quantity, and amount of water added. Record approximate location of final 31 deposit in structure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 13 CAST -IN -PLACE CONCRETE Page 13 of 26 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Formwork 9 1. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to 10 support vertical, lateral, static, and dynamic loads, and construction loads that might 11 be applied, until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment, elevation, and position indicated, within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view less than 100 feet in height - 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside corner of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height - 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members - 1 inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs - 1/2 inch. 27 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs -on -grade - 3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores - 3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores - 3/4 inch. 33 d. Cross -sectional dimensions: Overall dimensions of beams, joists, and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension - plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. 38 e. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers - 1/8 inch. 41 b) Difference in width between adjacent treads - 1/4 inch. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 14 CAST -IN -PLACE CONCRETE Page 14 of 26 1 c) Maximum difference in height between risers in a flight of stairs - 3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs - 3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or less - 1/8 inch. 7 b) Specified width between 2 inches and 12 inches - 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 10 4) All other conditions - 3/8 inch in 10 feet. 11 3. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth -formed finished surfaces. 14 b. Class C, 1/2 inch for rough -formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to 1 vertical. 20 a. Install keyways, reglets, recesses, and the like, for easy removal. 21 b. Do not use rust -stained steel form -facing material. 22 6. Set edge founts, bulkheads, and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips; use strike -off templates or compacting -type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation Elements: Form the sides of all below grade portions of beams, pier 30 caps, walls, and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cleanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 41 sawdust, dirt, and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 43 leaks and maintain proper alignment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-15 CAST -IN -PLACE CONCRETE Page 15 of 26 1 14. Coat contact surfaces of forms with form -release agent, according to manufacturer's 2 written instructions, before placing reinforcement, anchoring devices, and 3 embedded items. 4 a. Do not apply form release agent where concrete surfaces are scheduled to 5 receive subsequent finishes which may be affected by agent. Soak contact 6 surfaces of untreated forms with clean water. Keep surfaces wet prior to 7 placing concrete. 8 B. Embedded Items 9 1. Place and secure anchorage devices and other embedded items required for 10 adjoining work that is attached to or supported by cast -in -place concrete. Use 11 setting drawings, templates, diagrams, instructions, and directions furnished with 12 items to be embedded. 13 a. Install anchor rods, accurately located, to elevations required and complying 14 with tolerances in AISC 303, Section 7.5. 15 1) Spacing within a bolt group: 1/8 inch 16 2) Location of bolt group (center): 'Y2 inch 17 3) Rotation of bolt group: 5 degrees 18 4) Angle off vertical: 5 degrees 19 5) Bolt projection: ± 3/8 inch 20 b. Install reglets to receive waterproofing and to receive through -wall flashings in 21 outer face of concrete frame at exterior walls, where flashing is shown at lintels, 22 shelf angles, and other conditions. 23 C. Removing and Reusing Forms 24 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 25 compressive strength. 26 2. General: Formwork for sides of beams, walls, columns, and similar parts of the 27 Work that does not support weight of concrete may be removed after cumulatively 28 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if 29 concrete is hard enough to not be damaged by form -removal operations and curing 30 and protection operations are maintained. 31 a. Leave formwork for beam soffits, joists, slabs, and other structural elements 32 that supports weight of concrete in place until concrete has achieved at least 70 33 percent of its 28-day design compressive strength. 34 b. Do not remove formwork supporting conventionally reinforced concrete until 35 concrete has attained 70 percent of its specified 28 day compressive strength as 36 established by tests of field cured cylinders. In the absence of cylinder tests, 37 supporting formwork shall remain in place until the concrete has cured at a 38 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 39 periods given in ACI 347, Section 3.7.2.3. Add the period of time when the 40 surrounding air temperature is below 50 degrees Fahrenheit, to the minimum 41 listed time period. Formwork for 2-way conventionally reinforced slabs shall 42 remain in place for at least the minimum cumulative time periods specified for 43 1-way slabs of the same maximum span. 44 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 45 removal. Reshores shall remain until the concrete has attained the specified 28 46 day compressive strength. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-16 CAST -IN -PLACE CONCRETE Page 16 of 26 1 d. Minimum cumulative curing times may be reduced by the use of high -early 2 strength cement or forming systems which allow form removal without 3 disturbing shores, but only after the Contractor has demonstrated to the 4 satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag, distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up 11 to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of form removal 14 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of foinis to be reused in the Work. Split, frayed, 18 delaminated, or otherwise damaged form -facing material will not be acceptable for 19 exposed surfaces. Apply new form -release agent. 20 4. When forms are reused, clean surfaces, remove fins and laitance, and tighten to 21 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support, and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS D1.4, where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 17 CAST -IN -PLACE CONCRETE Page 17 of 26 1 a. Top and bottom bars in slabs, girders, beams and joists: 2 1) Members 8 inches deep or less: ±3/8 inch 3 2) Members more than 8 inches deep: ±1/2 inch 4 b. Concrete Cover to Formed or Finished Surfaces: ±3/8 inches for members 8 5 inches deep or less; +1/2 inches for members over 8 inches deep, except that 6 tolerance for cover shall not exceed 1/3 of the specified cover. 7 5. Concrete Cover 8 a. Reinforcing in structural elements deposited against the ground: 3 inches 9 b. Reinforcing in formed beams, columns and girders: 1-1/2 inches 10 c. Grade beams and exterior face of formed walls and columns exposed to 11 weather or in contact with the ground: 2 inches 12 d. Interior faces of walls: 1 inches 13 e. Slabs: 3/4 inches 14 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 15 with ACI 318 for minimum lap of spliced bars where not specified on the 16 documents. Do not lap splice no. 14 and 18 bars. 17 7. Field Welding of Embedded Metal Assemblies 18 a. Remove all paint and galvanizing in areas to receive field welds. 19 b. Field Prepare all areas where paint or galvanizing has been removed with the 20 specified paint or cold galvanizing compound, respectively. 21 F. Joints 22 1. General: Construct joints true to line with faces perpendicular to surface plane of 23 concrete. 24 2. Construction Joints: Install so strength and appearance of concrete are not 25 impaired, at locations indicated or as approved by Engineer. 26 a. Place joints perpendicular to main reinforcement. Continue reinforcement 27 across construction joints, unless otherwise indicated. Do not continue 28 reinforcement through sides of strip placements of floors and slabs. 29 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 30 c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. 31 Offset joints in girders a minimum distance of twice the beam width from a 32 beam -girder intersection. 33 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 34 beams, and girders and at the top of footings or floor slabs. 35 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 36 with walls, near corners, and in concealed locations where possible. 37 f. Use a bonding agent at locations where fresh concrete is placed against 38 hardened or partially hardened concrete surfaces. 39 3. Doweled Joints: Install dowel bars and support assemblies at joints where 40 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 41 bonding to 1 side of joint. 42 G. Waterstops CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 18 CAST -IN -PLACE CONCRETE Page 18 of 26 1 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 2 form a continuous diaphragm. Install in longest lengths practicable. Support and 3 protect exposed waterstops during progress of the Work. Field fabricate joints in 4 waterstops according to manufacturer's written instructions. 5 2. Self -Expanding Strip Waterstops: Install in construction joints and at other 6 locations indicated, according to manufacturer's written instructions, adhesive 7 bonding, mechanically fastening, and firmly pressing into place. Install in longest 8 lengths practicable. 9 H. Adhesive Anchors 10 1. Comply with the manufacturer's installation instructions on the hole diameter and 11 depth required to fully develop the tensile strength of the adhesive anchor or 12 reinforcing bar. 13 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 14 loose material from the hole, prior to installing adhesive material. 15 I. Concrete Placement 16 1. Before placing concrete, verify that installation of formwork, reinforcement, and 17 embedded items is complete and that required inspections have been performed. 18 2. Do not add water to concrete during delivery, at Project site, or during placement 19 unless approved by Engineer. 20 3. Before test sampling and placing concrete, water may be added at Project site, 21 subject to limitations of ACI 301. 22 a. Do not add water to concrete after adding high -range water -reducing 23 admixtures to mixture. 24 b. Do not exceed the maximum specified water/cement ratio for the mix. 25 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 26 that no new concrete will be placed on concrete that has hardened enough to cause 27 seams or planes of weakness. If a section cannot be placed continuously, provide 28 construction joints as indicated. Deposit concrete to avoid segregation. 29 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 30 pressures, 15 feet maximum and in a manner to avoid inclined construction 31 joints. 32 b. Consolidate placed concrete with mechanical vibrating equipment according to 33 ACI 301. 34 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 35 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 36 layer and at least 6 inches into preceding layer. Do not insert vibrators into 37 lower layers of concrete that have begun to lose plasticity. At each insertion, 38 limit duration of vibration to time necessary to consolidate concrete and 39 complete embedment of reinforcement and other embedded items without 40 causing mixture constituents to segregate. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-19 CAST -IN -PLACE CONCRETE Page 19 of 26 1 d. Do not permit concrete to drop freely any distance greater than 10 feet for 2 concrete containing a high range water reducing admixture (superplasticizer) or 3 5 feet for other concrete. Provide chute or tremie to place concrete where longer 4 drops are necessary. Do not place concrete into excavations with standing 5 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 6 with its outlet near the bottom of the place of deposit. 7 e. Discard pump priming grout and do not use in the structure. 8 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 9 within limits of construction joints, until placement of a panel or section is 10 complete. 11 a. Consolidate concrete during placement operations so concrete is thoroughly 12 worked around reinforcement and other embedded items and into corners. 13 b. Maintain reinforcement in position on chairs during concrete placement. 14 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 15 d. Slope surfaces uniformly to drains where required. 16 e. Begin initial floating using bull floats or darbies to form a uniform and open- 17 textured surface plane, before excess bleedwater appears on the surface. Do not 18 further disturb slab surfaces before starting finishing operations. 19 6. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect 20 concrete work from physical damage or reduced strength that could be caused by 21 frost, freezing actions, or low temperatures. 22 a. When average high and low temperature is expected to fall below 40 23 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 24 temperature within the temperature range required by ACI 301. 25 b. Do not use frozen materials or materials containing ice or snow. Do not place 26 concrete on frozen subgrade or on subgrade containing frozen materials. 27 c. Do not use calcium chloride, salt, or other materials containing antifreeze 28 agents or chemical accelerators unless otherwise specified and approved in 29 mixture designs. 30 7. Hot -Weather Placement: Comply with ACI 305.1 and as follows: 31 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 32 placement. Chilled mixing water or chopped ice may be used to control 33 temperature, provided water equivalent of ice is calculated to total amount of 34 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 35 b. Fog -spray forms, steel reinforcement, and subgrade just before placing 36 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 37 dry areas. 38 J. Finishing Formed Surfaces 39 1. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material 40 with tie holes and defects repaired and patched. Remove fins and other projections 41 that exceed specified limits on formed -surface irregularities. 42 a. Apply to concrete surfaces not exposed to public view. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 20 CAST -IN -PLACE CONCRETE Page 20 of 26 1 2. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar 2 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 3 texture matching adjacent formed surfaces. Continue final surface treatment of 4 formed surfaces uniformly across adjacent unformed surfaces, unless otherwise 5 indicated. 6 K. Miscellaneous Concrete Items 7 1. Filling In: Fill in holes and openings left in concrete structures, unless otherwise 8 indicated, after work of other trades is in place. Mix, place, and cure concrete, as 9 specified, to blend with in -place construction. Provide other miscellaneous 10 concrete filling indicated or required to complete the Work. 11 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 12 concrete is still green and by steel -troweling surfaces to a hard, dense finish with 13 corners, intersections, and terminations slightly rounded. 14 3. Equipment Bases and Foundations: Provide machine and equipment bases and 15 foundations as shown on Drawings. Set anchor bolts for machines and equipment 16 at correct elevations, complying with diagrams or templates from manufacturer 17 furnishing machines and equipment. 18 a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with 19 #3@l6 inches on center set at middepth of pad. Trowel concrete to a dense, 20 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 21 during pouring of concrete fill. 22 4. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a 23 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 24 L. Concrete Protecting and Curing 25 1. General: Protect freshly placed concrete from premature drying and excessive cold 26 or hot temperatures. Comply with ACI 306.1 for cold -weather protection and 27 ACI 305.1 for hot -weather protection during curing. 28 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, 29 supported slabs, and other similar surfaces. If forms remain during curing period, 30 moist cure after loosening forms. If removing forms before end of curing period, 31 continue curing for the remainder of the curing period. 32 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 33 unformed surfaces, including floors and slabs, concrete floor toppings, and other 34 surfaces. 35 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following 36 methods: 37 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 38 with the following materials: 39 1) Water 40 2) Continuous water -fog spray 41 3) Absorptive cover, water saturated, and kept continuously wet. Cover 42 concrete surfaces and edges with 12-inch lap over adjacent absorptive 43 covers CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-21 CAST -IN -PLACE CONCRETE Page 21 of 26 1 b. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture- 2 retaining cover for curing concrete, placed in widest practicable width, with 3 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 4 adhesive. Cure for not less than 7 days Immediately repair any holes or tears 5 during curing period using cover material and waterproof tape. 6 1) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 7 receive floor coverings. 8 2) Moisture cure or use moisture -retaining covers to cure concrete surfaces to 9 receive penetrating liquid floor treatments. 10 3) Cure concrete surfaces to receive floor coverings with either a moisture- 11 retaining cover or a curing compound that the manufacturer certifies will 12 not interfere with bonding of floor covering used on Project. 13 c. Curing Compound: Apply uniformly in continuous operation by power spray 14 or roller according to manufacturer's written instructions. Recoat areas 15 subjected to heavy rainfall within 3 hours after initial application. Maintain 16 continuity of coating and repair damage during curing period. 17 3.5 REPAIR 18 A. Concrete Surface Repairs 19 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 20 Remove and replace concrete that cannot be repaired and patched to Engineer's 21 approval. 22 2. Patching Mortar: Mix dry -pack patching mortar, consisting of 1 part portland 23 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 24 water for handling and placing. 25 3. Repairing Formed Surfaces: Surface defects include color and texture 26 irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other 27 projections on the surface, and stains and other discolorations that cannot be 28 removed by cleaning. 29 a. Immediately after form removal, cut-out honeycombs, rock pockets, and voids 30 more than 1/2 inch in any dimension in solid concrete, but not less than 1 inch 31 in depth. Make edges of cuts perpendicular to concrete surface. Clean, dampen 32 with water, and brush -coat holes and voids with bonding agent. Fill and 33 compact with patching mortar before bonding agent has dried. Fill form -tie 34 voids with patching mortar or cone plugs secured in place with bonding agent. 35 b. Repair defects on surfaces exposed to view by blending white portland cement 36 and standard portland cement so that, when dry, patching mortar will match 37 surrounding color. Patch a test area at inconspicuous locations to verify 38 mixture and color match before proceeding with patching. Compact mortar in 39 place and strike off slightly higher than surrounding surface. 40 c. Repair defects on concealed formed surfaces that affect concrete's durability 41 and structural performance as determined by Engineer. 42 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 43 for finish and verify surface tolerances specified for each surface. Correct low and 44 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 45 a sloped template. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 22 CAST -IN -PLACE CONCRETE Page 22 of 26 1 a. Repair finished surfaces containing defects. Surface defects include spalls, pop 2 outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide 3 or that penetrate to reinforcement or completely through unreinforced sections 4 regardless of width, and other objectionable conditions. 5 b. After concrete has cured at least 14 days, correct high areas by grinding. 6 c. Correct localized low areas during or immediately after completing surface 7 finishing operations by cutting out low areas and replacing with patching 8 mortar. Finish repaired areas to blend into adjacent concrete. 9 d. Repair defective areas, except random cracks and single holes 1 inch or less in 10 diameter, by cutting out and replacing with fresh concrete. Remove defective 11 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 12 inch clearance all around. Dampen concrete surfaces in contact with patching 13 concrete and apply bonding agent. Mix patching concrete of same materials 14 and mixture as original concrete except without coarse aggregate. Place, 15 compact, and finish to blend with adjacent finished concrete. Cure in same 16 manner as adjacent concrete. 17 e. Repair random cracks and single holes 1 inch or less in diameter with patching 18 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 19 dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply 20 bonding agent. Place patching mortar before bonding agent has dried. 21 Compact patching mortar and finish to match adjacent concrete. Keep patched 22 area continuously moist for at least 72 hours. 23 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy 24 adhesive and patching mortar. 25 6. Repair materials and installation not specified above may be used, subject to 26 Engineer's approval. 27 3.6 RE -INSTALLATION [NOT USED] 28 3.7 FIELD QUALITY CONTROL 29 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 30 inspecting agency to perform field tests and inspections and prepare test reports. 31 B. Inspections 32 1. Steel reinforcement placement 33 2. Headed bolts and studs 34 3. Verification of use of required design mixture 35 4. Concrete placement, including conveying and depositing 36 5. Curing procedures and maintenance of curing temperature 37 6. Verification of concrete strength before removal of shores and forms from beams 38 and slabs 39 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 40 according to ASTM C 172 according to the following requirements: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 23 CAST -IN -PLACE CONCRETE Page 23 of 26 1 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 2 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 3 each additional 50 cubic yard or fraction thereof. 4 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 5 not less than 1 test for each day's pour of each concrete mixture. Perform additional 6 tests when concrete consistency appears to change. 7 3. Air Content: ASTM C231, pressure method, for normal -weight concrete; 1 test for 8 each composite sample, but not less than 1 test for each day's pour of each concrete 9 mixture. 10 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 11 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 12 test for each composite sample. 13 5. Compression Test Specimens: ASTM C31. 14 a. Cast and laboratory cure 4 cylinders for each composite sample. 15 1) Do not transport field cast cylinders until they have cured for a 16 minimum of 24 hours. 17 6. Compressive -Strength Tests: ASTM C39; 18 a. Test 1 cylinder at 7 days. 19 b. Test 2 cylinders at 28 days. 20 c. Hold 1 cylinder for testing at 56 days as needed. 21 7. When strength of field -cured cylinders is less than 85 percent of companion 22 laboratory -cured cylinders, evaluate operations and provide corrective procedures 23 for protecting and curing in -place concrete. 24 8. Strength of each concrete mixture will be satisfactory if every average of any 3 25 consecutive compressive -strength tests equals or exceeds specified compressive 26 strength and no compressive -strength test value falls below specified compressive 27 strength by more than 500 psi. 28 9. Report test results in writing to Engineer, concrete manufacturer, and Contractor 29 within 48 hours of testing. Reports of compressive -strength tests shall contain 30 Project identification name and number, date of concrete placement, name of 31 concrete testing and inspecting agency, location of concrete batch in Work, design 32 compressive strength at 28 days, concrete mixture proportions and materials, 33 compressive breaking strength, and type of break for both 7- and 28-day tests. 34 10. Additional Tests: Testing and inspecting agency shall make additional tests of 35 concrete when test results indicate that slump, air entrainment, compressive 36 strengths, or other requirements have not been met, as directed by Engineer. 37 Testing and inspecting agency may conduct tests to determine adequacy of concrete 38 by cored cylinders complying with ASTM C42 or by other methods as directed by 39 Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 24 CAST -IN -PLACE CONCRETE Page 24 of 26 1 a. When the strength level of the concrete for any portion of the structure, as 2 indicated by cylinder tests, falls below the specified requirements, provide 3 improved curing conditions and/or adjustments to the mix design as required to 4 obtain the required strength. If the average strength of the laboratory control 5 cylinders falls so low as to be deemed unacceptable, follow the core test 6 procedure set forth in ACI 301, Chapter 17. Locations of core tests shall be 7 approved by the Engineer. Core sampling and testing shall be at Contractors 8 expense. 9 b. If the results of the core tests indicate that the strength of the structure is 10 inadequate, any replacement, load testing, or strengthening as may be ordered 11 by the Engineer shall be provided by the Contractor without cost to the City. 12 11. Additional testing and inspecting, at Contractor's expense, will be performed to 13 determine compliance of replaced or additional work with specified requirements. 14 12. Correct deficiencies in the Work that test reports and inspections indicate does not 15 comply with the Contract Documents. 16 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 17 hours of finishing. 18 E. Concrete Finish Measurement and Tolerances 19 1. All floors are subject to measurement for flatness and levelness and comply with 20 the following: 21 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 22 a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in 23 both directions, lapping straightedge 3 feet on areas previously checked. Low 24 spots shall not exceed the above dimension anywhere along the straightedge. 25 Flatness shall be checked the next work day after finishing. 26 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet, not to exceed 3/4 27 inches total variation, anywhere on the floor, from elevations indicated on the 28 Drawings. Levelness shall be checked on a 10 foot grid using a level after 29 removal of forms. 30 c. Measurement Standard: All floors are subject to measurement for flatness and 31 levelness, according to ASTM E1155. 32 2. 2 Tiered Measurement Standard 33 a. Each floor test section and the overall floor area shall conform to the 2-tiered 34 measurement standard as specified herein. 35 1) Minimum Local Value: The minimum local FF/FL values represent the 36 absolute minimum surface profile that will be acceptable for any 1 test 37 sample (line of measurements) anywhere within the test area. 38 2) Specified Overall Value: The specified overall FF/FL values represent the 39 minimum values acceptable for individual floor sections as well as the floor 40 as a whole. 41 3. Floor Test Sections 42 a. A floor test section is defined as the smaller of the following areas: 43 1) The area bounded by column and/or wall lines 44 2) The area bounded by construction and/or control joint lines 45 3) Any combination of column lines and/or control joint lines CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 25 CAST -IN -PLACE CONCRETE Page 25 of 26 1 b. Test sample measurement lines within each test section shall be 2 multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a 3 spacing to be determined by the City's testing agency. 4 c. The precise layout of each test section shall be determined by the City's testing 5 agency. 6 4. Concrete Floor Finish Tolerance 7 a. The following values apply before removal of shores. Levelness values (FL) do 8 not apply to intentionally sloped or cambered areas, nor to slabs poured on 9 metal deck or precast concrete. 10 1) Slabs 11 Overall Value FF45/FL30 12 Minimum Local Value FF30/FL20 13 5. Floor Elevation Tolerance Envelope 14 a. The acceptable tolerance envelope for absolute elevation of any point on the 15 slab surface, with respect to the elevation shown on the Drawings, is as follows: 16 1) Slab -on -Grade Construction: ± 3/4 inch 17 2) Top surfaces of formed slabs measured prior to removal of supporting 18 shores: ± % inch 19 3) Top surfaces of all other slabs: ± % inch 20 4) Slabs specified to slope shall have a tolerance from the specified slope of 21 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at 22 any point. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING 26 A. Defective Work 27 1. Imperfect or damaged work or any material damaged or determined to be defective 28 before final completion and acceptance of the entire job shall be satisfactorily 29 replaced at the Contractor's expense, and in conformity with all of the requirements 30 of the Drawings and Specifications. 31 2. Perform removal and replacement of concrete work in such manner as not to impair 32 the appearance or strength of the structure in any way. 33 B. Cleaning 34 1. Upon completion of the work remove from the site all forms, equipment, protective 35 coverings and any rubbish resulting therefrom. 36 2. After sweeping floors, wash floors with clean water. 37 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 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 DATE NAME 12/20/2012 D. Johnson 03 30 00 - 26 CAST -IN -PLACE CONCRETE Page 26 of 26 Revision Log SUMMARY OF CHANGE 2.2.0.3 — Removed Blue Text/Added Descriptions for water-soluble, chloride -ion content 3.4.C.1 — Changed 75% to 70% CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-1 CAST -IN -PLACE CONCRETE Page 1 of 26 1 SECTION 03 30 00 2 CAST -IN -PLACE CONCRETE 3 PART 1 - 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. Footings 9 b. Slabs -on -grade 10 c. Grade beams 11 d. Low water crossing. 12 B. Deviations from this City of Fort Worth Standard Specification. The following items 13 were removed. 14 a. Foundation walls 15 b. Retaining walls (non TxDOT) 16 c. Suspended slabs 17 d. Blocking 18 e. Cast -in -place manholes 19 f. Concrete vaults for meters and valves 20 g. Concrete encasement of utility lines 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 3. Section 12 93 00 — Site Furnishings 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Cast -in -Place Concrete 27 1. Measurement and Payment - Footings 28 a. This Item is considered subsidiary to the structure or Items being placed unless 29 identified on the bid sheet. The work performed and the materials furnished in 30 accordance with this Item are subsidiary to the structure or Items being placed 31 and no other compensation will be allowed 32 2. Measure and Payment — Low water crossing 33 a. The work performed and the materials furnished in accordance with this Item 34 are measured and paid by the Cubic Foot as indicated on the bid sheet. 35 1.3 REFERENCES 36 A. Definitions 37 1. Cementitious Materials 38 a. Portland cement alone or in combination with 1 or more of the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-2 CAST -IN -PLACE CONCRETE Page 2 of 26 1 1) Blended hydraulic cement 2 2) Fly ash 3 3) Other pozzolans 4 4) Ground granulated blast -furnace slag 5 5) Silica fume 6 b. Subject to compliance with the requirements of this specification 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. American Association of State Highway and Transportation (AASHTO): 12 a. M182, Burlap Cloth Made from Jute or Kenaf. 13 3. American Concrete Institute (ACI): 14 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 15 b. ACI 301 Specifications for Structural Concrete 16 c. ACI 305.1 Specification for Hot Weather Concreting 17 d. ACI 306.1 Standard Specification for Cold Weather Concreting 18 e. ACI 308.1 Standard Specification for Curing Concrete 19 f. ACI 318 Building Code Requirements for Structural Concrete 20 g. ACI 347 Guide to Formwork for Concrete 21 4. American Institute of Steel Construction (AISC): 22 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 23 5. ASTM International (ASTM): 24 a. A36, Standard Specification for Carbon Structural Steel. 25 b. A153, Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 26 Hardware. 27 c. A193, Standard Specification for Alloy -Steel and Stainless Steel Bolting 28 Materials for High -Temperature Service and Other Special Purpose 29 Applications. 30 d. A615, Standard Specification for Deformed and Plain Carbon -Steel Bars for 31 Concrete Reinforcement. 32 e. A706, Standard Specification for Low -Alloy Steel Deformed and Plain Bars for 33 Concrete Reinforcement. 34 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 35 Field. 36 g. C33, Standard Specification for Concrete Aggregates. 37 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 38 Specimens. 39 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 40 Beams of Concrete. 41 j. C94, Standard Specification for Ready -Mixed Concrete. 42 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 43 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 44 1. C 143, Standard Test Method for Slump of Hydraulic -Cement Concrete. 45 m. C171, Standard Specification for Sheet Materials for Curing Concrete. 46 n. C150, Standard Specification for Portland Cement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 3 CAST -IN -PLACE CONCRETE Page 3 of 26 1 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 2 p. C219, Standard Terminology Relating to Hydraulic Cement. 3 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 4 Pressure Method. 5 r. C260, Standard Specification for Air -Entraining Admixtures for Concrete. 6 s. C309, Standard Specification for Liquid Membrane -Forming Compounds for 7 Curing Concrete. 8 t. C494, Standard Specification for Chemical Admixtures for Concrete. 9 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 10 Pozzolan for Use in Concrete. 11 v. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 12 Concrete. 13 w. C989, Standard Specification for Ground Granulated Blast -Furnace Slag for 14 Use in Concrete and Mortars. 15 x. C1017, Standard Specification for Chemical Admixtures for Use in Producing 16 Flowing Concrete. 17 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 18 Concrete. 19 z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 20 Cement Concrete. 21 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 22 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 23 Levelness Numbers. 24 cc. F436, Standard Specification for Hardened Steel Washers. 25 6. American Welding Society (AWS). 26 a. D1.1, Structural Welding Code - Steel. 27 b. D1.4, Structural Welding Code - Reinforcing Steel. 28 7. Concrete Reinforcing Steel Institute (CRSI) 29 a. Manual of Standard Practice 30 8. Texas Department of Transportation 31 a. Standard Specification for Construction and Maintenance of Highways, Streets 32 and Bridges 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Work Included 35 1. Design, fabrication, erection and stripping of formwork for cast -in -place concrete 36 including shoring, reshoring, falsework, bracing, proprietary forming systems, 37 prefabricated forms, void fauns, permanent metal forms, bulkheads, keys, 38 blockouts, sleeves, pockets and accessories. 39 a. Erection shall include installation in formwork of items furnished by other 40 trades. 41 2. Furnish all labor and materials required to fabricate, deliver and install 42 reinforcement and embedded metal assemblies for cast -in -place concrete, including 43 steel bars, welded steel wire fabric, ties, supports and sleeves. 44 3. Furnish all labor and materials required to perform the following: 45 a. Cast -in -place concrete CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 03 30 00 - 4 CAST -IN -PLACE CONCRETE Page 4 of 26 1 b. Concrete mix designs 2 c. Grouting 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 8 A. Product Data 9 1. Required for each type of product indicated 10 B. Design Mixtures 11 1. For each concrete mixture submit proposed mix designs in accordance with ACI 12 318, chapter 5. 13 2. Submit each proposed mix design with a record of past performance. 14 3. Submit alternate design mixtures when characteristics of materials, Project 15 conditions, weather, test results or other circumstances warrant adjustments. 16 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 17 a. Include this quantity on delivery ticket. 18 C. Steel Reinforcement Submittals for Information 19 1. Mill test certificates of supplied concrete reinforcing, indicating physical and 20 chemical analysis. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE 24 A. Manufacturer Qualifications 25 1. A firm experienced in manufacturing ready -mixed concrete products and that 26 complies with ASTM C94 requirements for production facilities and equipment 27 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 28 Concrete Production Facilities" 29 B. Source Limitations 30 1. Obtain each type or class of cementitious material of the same brand from the same 31 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 32 1 source from a single manufacturer. 33 C. ACI Publications 34 1. Comply with the following unless modified by requirements in the Contract 35 Documents: 36 a. ACI 301 Sections 1 through 5 37 b. ACI117 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 033000-5 CAST -IN -PLACE CONCRETE Page 5 of 26 D. Concrete Testing Service 1. Engage a qualified independent testing agency to perform material evaluation tests. 3 1.10 DELIVERY, STORAGE, AND HANDLING 4 A. Steel Reinforcement 5 1. Deliver, store, and handle steel reinforcement to prevent bending and damage. 6 2. Avoid damaging coatings on steel reinforcement. 7 B. Waterstops 8 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other 9 contaminants. 10 1.11 FIELD CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 14 2.2 PRODUCT TYPES AND MATERIALS 15 A. Manufacturers 16 1. In other Part 2 articles where titles below introduce lists, the following requirements 17 apply to product selection: 18 a. Available Products: Subject to compliance with requirements, products that 19 may be incorporated into the Work include, but are not limited to, products 20 specified. 21 b. Available Manufacturers: Subject to compliance with requirements, 22 manufacturers offering products that may be incorporated into the Work 23 include, but are not limited to, manufacturers specified. 24 B. Form -Facing Materials 25 1. Rough -Formed Finished Concrete 26 a. Plywood, lumber, metal or another approved material 27 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 28 2. Chamfer Strips 29 a. Wood, metal, PVC or rubber strips 30 b. 3/4-inch x 3/4-inch, minimum 31 3. Rustication Strips 32 a. Wood, metal, PVC or rubber strips 33 b. Kerfed for ease of form removal 34 4. Form -Release Agent 35 a. Commercially formulated form -release agent that will not bond with, stain or 36 adversely affect concrete surfaces 37 b. Shall not impair subsequent treatments of concrete surfaces 38 c. For steel form -facing materials, formulate with rust inhibitor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 033000-6 CAST -IN -PLACE CONCRETE Page 6 of 26 1 5. Form Ties 2 a. Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced 3 plastic form ties designed to resist lateral pressure of fresh concrete on forms 4 and to prevent spalling of concrete on removal. 5 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 6 of exposed concrete surface. 7 c. Furnish ties that, when removed, will leave holes no larger than 1 inch in 8 diameter in concrete surface. 9 d. Furnish ties with integral water -barrier plates to walls indicated to receive 10 dampproofing or waterproofing. 11 C. Steel Reinforcement 12 1. Reinforcing Bars 13 a. ASTM A615, Grade 60, deformed 14 D. Reinforcement Accessories 15 1. Smooth Dowel Bars 16 a. ASTM A615, Grade 60, steel bars (smooth) 17 b. Cut bars true to length with ends square and free of burrs. 18 2. Bar Supports 19 a. Bolsters, chairs, spacers and other devices for spacing, supporting and fastening 20 reinforcing bars and welded wire reinforcement in place 21 b. Manufacture bar supports from steel wire, plastic or precast concrete according 22 to CRSI's "Manual of Standard Practice," of greater compressive strength than 23 concrete and as follows: 24 1) For concrete surfaces exposed to view where legs of wire bar supports 25 contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI 26 Class 2 stainless -steel bar supports. 27 2) For slabs -on -grade, provide sand plates, horizontal runners or precast 28 concrete blocks on bottom where base material will not support chair legs 29 or where vapor barrier has been specified. 30 E. Embedded Metal Assemblies 31 1. Steel Shapes and Plates: ASTM A36 32 2. Headed Studs: Heads welded by full -fusion process, as furnished by TRW Nelson 33 Stud Welding Division or approved equal 34 F. Expansion Anchors 35 1. Available Products 36 a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma 37 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 38 c. Trubolt, Ramset Fastening Systems, Paris, Kentucky 39 G. Adhesive Anchors and Dowels 40 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 41 into hardened concrete or grout -filled masonry. 42 a. The adhesive system shall use a 2-component adhesive mix and shall be 43 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 12 93 00- 1 FURNISHINGS Page 1 of 5 1 SECTION 12 93 00 2 SITE FURNISHINGS 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Provisions established within the General and Supplementary General Conditions of the 6 Contract, Division 1 - General Requirements, and the Drawings are collectively applicable to 7 this Section. 8 B. Section 03 30 00 — Cast in Place Concrete for footings related to site furnishings. 9 1.2 SCOPE 10 A. Work included: the work includes, but is not necessarily limited to: 11 1. Furnish and install exterior benches, litter receptacles, picnic grills, picnic and game 12 tables. 13 2. Furnish and install basketball goal with back board and netting. 14 3. Furnish and install light poles. 15 4. Furnish and install pre -manufactured pavilion. 16 5. Furnish and install signs. 17 6. Warranty and replacements 18 7. Provide touch-up paint 19 1.3 MEASUREMENT AND PAYMENT 2 0 A. Measurement and Payment 21 1. Measurement will be made per each item designated on the plans with associated footing. 2 2 2. Payment per each item as designated on the plans. 2 3 1.4 REFERENCES 2 4 A. Requirements of Regulatory Agencies: 2 5 1. Perform work in accordance with all applicable laws, codes and regulations required. 2 6 B. American Association of State Highway and Transportation Officials (AASHTO): 2 7 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway Signs, 2 8 Luminaires and Traffic Signals 2 9 C. ASTM International (Formerly known as American Society for Testing and Materials): 3 0 1. ASTM A123 - Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel 31 Products 32 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 3 3 ksi Minimum Tensile Strength 3 4 3. ASTM A507 - Standard Specification for Drawing Alloy Steel, Sheet and Strip, Hot- 3 5 Rolled and Cold -Rolled 3 6 4. ASTM B26/B26M - Standard Specification for Aluminum -Alloy Sand Castings CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 00- 2 FURNISHINGS Page 2 of 5 3 7 5. ASTM B85 - Standard Specification for Aluminum -Alloy Die Castings 3 8 6. ASTM B137 - Standard Test Method for Measurement of Coating Mass per Unit Area 3 9 on Anodically Coated Aluminum 4 0 7. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and 41 Plate 4 2 8. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded 4 3 Bars, Rods, Wire, Profiles, and Tubes 4 4 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of 4 5 Burning of Plastics in a Horizontal Position 4 6 10. ASTM D1056 - Standard Specification for Flexible Cellular Materials - Sponge or 4 7 Expanded Rubber 4 8 11. ASTM D 1400 - Standard Test Method for Nondestructive Measurement of Dry Film 4 9 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 5 0 12. ASTM D2240 - Standard Test Method for Rubber Property - Durometer Hardness 51 D. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code (NEC) 52 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting Council) 5 3 (SSPC): SSPC-SP 10 - Near -White Blast Cleaning 5 4 F. Underwriters Laboratories, Inc. (UL): 5 5 1. UL 496 - UL Standard for Safety Edison -Base Lampholders 5 6 2. UL 508 - UL Standard for Safety Industrial Control Equipment 57 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 5 8 Fluorescent Lamps 5 9 4. UL 935 - UL Standard for Safety Fluorescent -Lamp Ballasts 6 0 5. UL 1029 - UL Standard for Safety High -Intensity -Discharge Lamp Ballasts 61 6. UL 1598 - UL Standard for Safety Luminaires 6 2 1.5 QUALITY ASSURANCE 63 A. Installer qualifications• minimum of 5 years of experience in installation of site furnishings, 6 4 premanufactured pavilions and light poles. Provide documentation of specific project 6 5 experience and references as required by Owner. 6 6 1.6 SUBMITTALS 6 7 A. Submit manufacturer's product data and warranty for each type of furniture or material 68 specified, including finish and color indicated including light pole and fixture. Submit cut 6 9 sheets for trail and ADA signage. 7 0 B. Submit footing detail as recommended by the manufacturer for each type of site furniture 71 including pavilion. 7 2 C. Submit manufacturer's installation instructions. 7 3 D. Samples: 7 4 1. Submit two samples 2x2 inch in size illustrating finish material and color for 7 5 substitutions. CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 00- 3 FURNISHINGS Page 3 of 5 7 6 E. Submittals to be submitted at Pre -Construction meeting. 7 7 1.7 DELIVERY, STORAGE, AND HANDLING 7 8 A. Furnish all materials in manufacturer's unopened, original containers, bearing original labels 7 9 showing quantity, description and name of manufacturer. 8 0 B. Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to 81 the product. 82 C. Store products in a manner which will preclude all damages. Damaged materials will be 83 rejected. Remove all damaged materials from the job site immediately, and replace at no cost 8 4 to the Owner. 8 5 D. Furnish suitable equipment and locate all site furnishing materials carefully and efficiently. 8 6 Lift materials using lifting inserts provided by the manufacturer where applicable. 8 7 E. Protect site furnishings and accessories from damage until final acceptance. Owner reserves 8 8 right to reject site furniture damaged prior to and during and after installation. 8 9 PART 2 PRODUCTS 90 2.1 MANUFACTURERS OF EQUIPMENT, SITE FURNISHINGS AND ACCESSORIES 91 A. Acceptable Manufacturers are listed on the drawings. 92 B. Substitutions: Under provisions of General and Special Conditions and Drawings. 93 Substitutions must be of equal quality of material and finish specified. All substitutions must 9 4 be approved by Park and Recreation Department and Landscape Architect prior to bid submittal 9 5 with explanation of variances to specified items. 96 9 7 C. General Requirements for Mounting Poles for signs: 9 8 1. Mounting poles: Steel, straight, round, and as shown. Complete assembly of anchor bolts, 9 9 pole, arms, and luminaire designed to withstand wind pressure (P) developed by wind 10 0 speed (V) of 80 MPH, in accordance with AASHTO LTS-4. Pole assembly to be 101 designed in accordance with AASHTO requirements for permissible stresses, deflection, 10 2 vibration, and fatigue. Ratio of deflection to pole height under action of applicable static 10 3 loading not to exceed 1/60. 104 10 5 D. Light poles — 30 foot aluminum pole manufactured by Gardco as specified on Electrical plans. 106 10 7 E. Light fixtures — LED post top light, Slenderform by Gardco with mounting hardware as 10 8 specified on Electrical plans. 10 9 2.2 CONCRETE CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 00- 4 FURNISHINGS Page 4 of 5 110 A. Concrete must comply with Section 03 30 00 for footings at light poles, pavilion, and 111 basketball goal. 112 B. For footings at benches, tables, signs and litter receptacles: ASTM C94 ready mixed concrete, 113 minimum 28 day compressive strength of 3,000 psi, air -entrained 2% to 45. 114 115 116 C. Grout: Section 03305, "Portland Cement Concrete", nonshrink. Where recommended by manufacturer. Prime surfaces to be grouted 117 2.3 FINISHES 118 A. Specified on drawings. 119 PART 3 EXECUTION 12 0 3.1 INSPECTION 121 A. Examine final grades and installation conditions. Do not proceed with work until 12 2 unsatisfactory conditions are corrected. 12 3 B. Beginning of installation means acceptance of existing conditions. 12 4 3.2 PREPARATION 12 5 A. Remove foreign substances from surfaces to receive metal items. 12 6 B. Locate and layout all site furniture and site accessories. Obtain Owner's Representative's 12 7 acceptance of layout prior to installation. 12 8 C. Coordinate setting drawings, diagrams, templates, instructions and directions for the installation 12 9 of items having integral anchors which are to be embedded in concrete construction. 13 0 Coordinate delivery of such items with concrete work. 131 D. Restore protective covering that have been damaged in shipment or in the installation of the 13 2 item. Remove protective covering from surfaces only when there is no possibility of damage 13 3 from work yet to be performed after installation. Retain covering on all similarly finished items 13 4 and remove only when all are in place to preclude non -uniform oxidation and discoloration. 13 5 3.4 INSTALLATION OF SITE FURNISHINGS 13 6 A. Install where and as shown on plans and details. Install per Manufacturer's directions. Install 13 7 all pieces level and plumb. 13 8 B. Provide and install vandal -proof anchors into pavement to secure the site furnishings. CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 00- 5 FURNISHINGS Page 5 of 5 13 9 C. Paint exposed installation hardware to match furnishing color. 14 0 D. Shim and level furnishings as required at approved locations. 141 E. Guard against staining or damaging of existing pavements and plantings where site furnishings 14 2 are to be installed. 143 F. Provide Owner with manufacturer's touch-up paint (1 pint minimum) for each painted 14 4 furnishing. Supply literature necessary for ordering touch-up paint at a later date. 145 146 147 148 149 150 151 G. Installation of Basketball Goal and Light Poles: 1. Form concrete base as shown, in accordance with Division 32 for Concrete work. Use templates provided by the pole manufacturer for setting anchor bolts. 2. Install mounting pole of type shown. Use double nuts to erect poles plumb. Pack void between concrete base and pole base plate with non -shrink grout, and install per manufacturer's requirements. 152 3.5 TOLERANCES 15 3 A. Maximum Variation From Plumb: 1/32 inch per foot. 15 4 3.6 CLEANING 15 5 A. Perform cleaning during installation of the work and upon completion of the work. Maintain 15 6 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 15 7 damage resulting from play fields and equipment installation. 15 8 3.7 CLEANING/TOUCH-UP 15 9 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered onto site 1 6 0 furniture. 161 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 162 equipment, surplus materials, and debris. 16 3 C. Perform cleaning during installation of the work and upon completion of the work. Maintain 16 4 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 16 5 damage resulting from furniture and equipment installation. Replace damaged furniture as 16 6 requested by the Owner's Representative. 167 168 169 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 1 DETECTABLE WARNING TILE Page 1 of 6 1 SECTION 12 93 10 2 3 ADA CAST -IN -PLACE DETECTABLE/TACTILE WARNING TILE 4 5 6 PART 1 GENERAL 7 8 9 1.1 RELATED DOCUMENTS 10 11 A. Drawings and general provisions of Contract, including General and Special Conditions and 12 Division 1 Specifications Section, apply to this Section. 13 14 1.2 DESCRIPTION 15 16 A. This Section specifies furnishing and installing Cast -In -Place Detectable/Tactile Warning 17 Tiles where indicated. 18 19 1.3 SUBMITTALS 20 21 A. Product Data: Submit manufacturer's literature describing products, installation procedures 22 and routine maintenance. 23 24 1.4 MEASUREMENT AND PAYMENT 25 A. Measurement and Payment 26 Measurement will be made per each item designated on the plans. 27 B. Payment per each item as designated on the plans. 28 29 30 1.5 QUALITY ASSURANCE 31 32 A. Provide cast -in -place detectable/tactile warning tiles and accessories as produced by a single 33 manufacturer. 34 35 B. Installer's Qualifications: Engage an experienced Installer certified in writing by tactile 36 flooring manufacturer as qualified for installation, who has successfully completed tile 37 installations similar in material, design, and extent to that indicated for Project. 38 39 C. Americans with Disabilities Act (ADA): Provide detectable/tactile warning surfaces which 40 comply with the detectable warnings on walking surfaces section of the Americans with 41 Disabilities Act (Title 49 CFR TRANSPORTATION, Part 37.9 STANDARDS FOR 42 ACCESSIBLE TRANSPORTATION FACILITIES, Appendix A, Section 4.29.2 43 DETECTABLE WARNINGS ON WALKING SURFACES. In addition products must 44 comply with CALIFORNIA TITLE 24 requirements regarding patterns, color and sound on 45 cane contact. 46 CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 2 DETECTABLE WARNING TILE Page 2 of 6 47 D. Vitrified Polymer Composite (VPC) Cast -in -Place Detectable/Tactile Warning tiles shall be 48 an epoxy polymer composition with an ultra -violet coating employing aluminum oxide 49 particles in the truncated domes. 50 51 E. Color : Brick Red. 52 53 F. Dimensions: 54 Tile: Minimum 2 ft. By 4 ft. by 1.375 inches thick; 1.575 inches thick at the domes, with 1- 55 3/8" inch deep perimeter flange and seven 1 3/8" deep internal flanges. 56 57 Assembly: shall be held within the following dimensions and tolerances: 58 Length and Width: 24" x 48" nominal Depth 1.400" ± 5% max. Face Thickness 0.125" ± 5% max. Warpage of Edge ± 0.5% max. 59 60 61 F. Vitrified Polymer Composite (VPC) Cast -in -Place Detectable/Tactile Warning Tiles adhered 62 to concrete shall meet or exceed the following test criteria: 63 64 1. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 65 66 2. Slip Resistance of Tile when tested by ASTM C 1028-96 Wet/Dry Static Co -efficient of 67 Friction values are not to be less than 0.80 on top of domes and field area. 68 69 3. Compressive Strength of Tile when tested by ASTM D 695-02 not to be less than 28,000 70 psi. 71 72 4. Tensile Strength of Tile when tested by ASTM D 638-03 not to be less than 19,000 psi. 73 74 5. Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 75 76 6. Chemical Stain Resistance of Tile when tested by ASTM D 543-95 (re approved 2001) to 77 withstand without discoloration or staining - 10% hydrochloric acid, urine, saturated 78 calcium chloride, black stamp pad ink, chewing gum, red aerosol paint, 10% ammonium 79 hydroxide, 1% soap solution, turpentine, Urea 5%, diesel fuel and motor oil. 80 81 82 83 84 85 86 87 88 89 7. Abrasive Wear of Tile when tested by BYK - Gardner Tester ASTM D 2486-00* (*ATX- G-U Standard) with reciprocating linear motion of 37± cycles per minute over a 10" travel. The abrasive medium, a 40 grit Norton Metallite sand paper, to be fixed and leveled to a holder. The combined mass of the sled, weight and wood block is to be 3.2 lb. Average wear depth shall not exceed 0.06 after 1000 abrasion cycles measured on the top surface of the dome representing the average of six measurement locations per sample. 8. Resistance to wear of unglazed ceramic tile by Taber Abrasion per ASTM C501-84 (re approved 2002) shall not be less than 500. CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 3 DETECTABLE WARNING TILE Page 3 of 6 90 91 9. Fire Resistance of Tile when tested to ASTM E 84-05 flame spread be less than 15. 92 93 10. Gardner Impact to Geometry "GE" of the standard when tested by ASTM D 5420-04 to 94 have a mean failure energy expressed as a function of specimen thickness of not less than 95 550 in. lbf/in. A failure is noted when a crack is visible on either surface or when any 96 brittle splitting is observed on the bottom plaque in the specimen. 97 98 11. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall 99 exhibit the following result — AE <4.5, as well as no deterioration, fading or chalking of 100 surface of tile color No 33538. 101 102 12. Accelerated Aging and Freeze Thaw Test of Tile and Structural Embedment Flange 103 System when tested to ASTM D 1037-99 shall show no evidence of cracking, 104 delamination, warpage, checking, blistering, color change, loosening of tiles or other 105 detrimental defects. 106 107 13. Salt and Spray Performance of Tile and Structural Embedment Flange System when tested 108 to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of 109 exposure. 110 111 1.6 DELIVERY, STORAGE AND HANDLING 112 113 A. Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. 114 Finished surfaces shall be protected by sturdy wrappings, and tile type shall be identified by 115 part number. 116 117 B. Tiles shall be delivered to location at building site for storage prior to installation. 118 119 1.7 SITE CONDITIONS 120 121 A. Environmental Conditions and Protection: Maintain minimum temperature of 40 degrees F 122 in spaces to receive tactile tiles for at least 48 hours prior to installations, during installation, 123 and for not less than 48 hours after installation. Store the detectable/tactile tiles material in 124 spaces where they will be installed for at least 48 hours before beginning installation. 125 Subsequently, maintain minimum temperature of 40 degrees F in areas where work is 126 completed. 127 128 B. The use of water for work, cleaning or dust control, etc. shall be in contained and controlled 129 and shall not be allowed to come into contact with the passengers or public. Provide 130 barricades or screens to protect passengers or public. 131 132 C. Disposal of any liquids or other materials of possible contamination shall be made in 133 accordance with federal state and local laws and ordinances. 134 135 D. Cleaning materials shall have code acceptable low VOC solvent content and low 136 137 flammability if used on the site. CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 4 DETECTABLE WARNING TILE Page 4 of 6 138 E. Contractor shall coordinate phasing, traffic barriers and flagging personnel operations as 139 specified elsewhere. 140 141 1.8 GUARANTEE 142 143 A. Cast -in -Place Detectable/Tactile Warning Tiles shall be guaranteed in writing for a period of 144 (10) ten years from date of final completion. The guarantee includes defective work, breakage, 145 deformation, fading and chalking of finishes, and loosening of panels. 146 147 148 Part 2 PRODUCTS 149 150 151 2.1 MANUFACTURERS 152 153 A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering 154 products that may be incorporated in the Work include, but are not limited to, the following: 155 156 B. The Vitrified Polymer Composite (VPC) Cast -in -Place Detectable/Tactile Warning Tiles 157 specified is based on Armor -Tile manufactured by Engineered Plastics Inc. (800-682-2525). 158 Existing engineered ADA and California Title 24 field tested products in service for a 159 minimum of 2 years which are subject to compliance with requirements, may be incorporated 160 in the work and shall meet or exceed the specified test criteria and characteristics. 161 162 C. Color: Brick Red conforming to Federal Color No. 22144. Color shall be homogeneous 163 throughout the tile. 164 165 D. Substitutions: Substitutions shall be made only under provisions of the contract and must 166 meet all applicable standards for compliance with Americans with Disabilities Act (ADA). 167 Any proposed substitution must meet standards specified in paragraph 1.4 D, 1.4 E and must 168 be equivalent in appearance and function to the tile specified herein. 169 170 2.2 MATERIALS 171 172 A. Heavy duty elastomeric polyurethane sealant as manufactured by Boiardi, Mapei, Bostik or 173 approved equal. 174 175 176 PART 3 EXECUTION 177 178 3.1 INSTALLATION 179 180 A. During Cast -In -Place Detectable/Tactile Warning Tile installation procedures, ensure 181 adequate safety guidelines are in place and that they are in accordance with the applicable 182 industry and government standards. 183 CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 5 DETECTABLE WARNING TILE Page 5 of 6 184 B. The specifications of the structural embedment flange system and concrete sealants and 185 related materials shall be in strict accordance with the contract documents and the guidelines 186 set by their respective manufacturers. 187 188 C. The physical characteristics of the concrete shall be consistent with the contract specifications 189 while maintaining a slump range of 4 - 7 to permit solid placement of the Cast -In -Place 190 Detectable/Tactile Warning Tile system. An overly wet mix will cause the tile to float, 191 therefore under all conditions, suitable weights such as concrete blocks or sandbags (25 lb) 192 shall be placed on each 2' x 2' tile module. 193 194 D. Prior to placement of the Cast In Place Detectable/Tactile Warning Tile system, the contract 195 drawings shall be reviewed and a layout drawing prepared by the installation contractor to 196 resolve the issues related to pattern repeat, tile cuts, expansion joints, control joints, platform 197 curves, platform end returns and platform surface interferences. 198 199 E. The concrete pouring and finishing operations require typical mason's tools, however, a 200 mason's line, radius edge (1/8 x 3/16" return) tool, 4' long x 2" wide x 1/8" thick steel 201 straight edge, 25 lb. weights, vibrator wand and small sledge hammer with 2" x 6" x 20" 202 wood tamping plate are specific to the installation of the Cast -In -Place System. 203 204 F. The concrete shall be poured and finished level, true and smooth to the required dimensions 205 prior to tile placement Immediately after pouring concrete, a mason's line should be strung 206 parallel to track to act as a reference line for placement of tile, and then the tile assembly shall 207 be placed true to the platform edge and to each other on the concrete. The Cast -In -Place tiles 208 shall be tamped or vibrated into the fresh concrete to ensure that the field level of tile is flush 209 to the adjacent concrete or platform edge surface. The shop drawings indicate that the tile 210 field level (base of truncated dome) is flush to adjacent surfaces to permit proper water 211 drainage and eliminate tripping hazards between adjacent finishes. The tolerance for 212 elevation differences between tile and adjacent surface is 1/16". 213 214 G. Immediately after tile placement, the tile elevation is to be checked to adjacent concrete or 215 rubbing board heights with a steel straight edge. The tile elevation should be set consistent 216 with shop drawings to permit water drainage to or away from track as the platform design 217 dictates. 218 219 H. While concrete is workable steel edging trowel 1/8" radius x 3/16" return is to be used to 220 edge the tile to adjacent concrete surfaces running parallel to track. While edging, ensure that 221 a clean edge definition is created between tile and adjacent concrete and that tile to concrete 222 elevations meet the shop drawing tolerances. 223 224 I. The placement of Cast -In -Place Tile assemblies to each other and to the mason's line or faun 225 edge shall be true and parallel to develop a true line consistent with the platform edge. A 226 tight tile to tile placement can best be achieved by raking out the concrete at the butting edge 227 to avoid trapping concrete or aggregate between tiles and/or form edge. 228 229 J. During and after the tile installation and the concrete curing stage, it is imperative that there is 230 no walking, leaning or external force placed on the tile to rock the tile, causing a void 231 between the underside of tile and concrete. CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 12 93 10- 6 DETECTABLE WARNING TILE Page 6 of 6 232 233 K. Following tile placement, review installation tolerances to shop drawings and adjust tile 234 before the concrete sets, suitable weights of 25 lb. shall be placed on each tile and additional 235 weights at tile to tile assemblies as necessary to ensure solid contact of tile underside to 236 concrete. 237 238 L. Following the curing of the concrete, the protective plastic wrap is to be removed from the 239 tile face by cutting the plastic with a sharp knife tight to the concrete/tile 240 241 242 interface. If concrete bleeding occurs between tiles, a wire brush will clean the residue 243 without damage to the tile surface. 244 245 M. An elastomeric polyurethane sealant can be applied (not typical) to the tile edges running 246 parallel to the track or curb. Proper surface preparation requires that the tile and adjacent 247 surfaces are mechanically etched with sandpaper or a carbide burr and wiped clean and dry 248 with acetone. Applications of the polyurethane sealant shall be level to the adjacent surface 249 and a straight line formed to the tile edge. A quality installation of the sealant may require 250 that the tile face be masked off with duct tape to ensure a clean definition of sealant to the 251 adjacent surfaces. 252 253 N. Following the concrete curing stage, protective plastic wrap is to be removed from the tile 254 surface by cutting the plastic with a sharp knife, tight to the concrete/tile interface. If concrete 255 bled under the plastic, a soft brass wire brush will clean the residue without damage to the tile 256 surface. 257 258 3.2 CLEANING AND PROTECTING 259 260 A. Protect tiles against damage during construction period to comply with Cast -in -Place 261 detectable/tactile warning tile manufacturer's specification. 262 263 B. Protect Cast -in -Place detectable/tactile warning tiles against damage from rolling loads 264 following installation by covering with plywood. 265 266 C. Clean Cast -in -Place detectable/tactile warning tiles not more than four days prior to date 267 scheduled for inspection intended to establish date of substantial completion in each area of 268 project. Clean Cast -in -Place detectable/tactile tiles by method specified by tile manufacturer. 269 270 CONSULTANT SUPPLIED SPECIFICATION CITY OF FORT WORTH --- End of Section --- PARK RENOVATIONS AT 02189, 02190, 02191 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page 1 of 4 1 2 SECTION 26 05 00 COMMON WORK RESULTS FOR ELECTRICAL 3 PART 1- GENERAL 4 11 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. Edited for Jefferson Davis scope of work shown on Electrical drawings. 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 26 05 10 — Demolition for Electrical Systems 14 4. Section 26 05 33 - Raceway and Boxes for Electrical Systems 15 5. Section 26 05 34 - Electrical Service Pedestals 16 6. Section 26 05 43 — Underground Ducts and Raceways for Electrical Systems 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Electrical Facilities 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) The work performed and materials furnished in accordance to this Item 24 shall be paid for at the lump sum price bid for "Electrical Facilities". 25 c. The price bid shall include: 26 1) Furnishing and installing a complete electrical system 27 2) Pedestal and related electrical work 28 3) Wire 29 4) Cable 30 5) Conduit and related hardware 31 6) Supports 32 7) Excavation 33 8) Furnishing, placement and compaction of backfill 34 9) Hauling 35 10) Clean-up 36 1.3 REFERENCES 37 A. Reference Standards CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 02189, 02190, 02191 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 4 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. Underwriters Laboratories, Inc. (UL) 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Coordination 7 1. Where references are made to the Related Work paragraph in each Specification 8 Section, referring to other Sections and other Divisions of the Specifications, the 9 Contractor shall provide such information or Work as may be required in those 10 references, and include such information or Work as may be specified. 11 2. Division 26 requirements apply to electrical work provided under any division of 12 the Specifications 13 B. Service and Metering 14 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 15 Three Wire, 60 Hz from transformer equipment furnished and installed by the 16 power company. 17 2. Power company responsibilities 18 a. Furnishing and installing the primary overhead conductors and pole line 19 b. Furnishing and installing the transfouiier or riser pole, primary cutouts, 20 lightning arresters and grounding 21 c. Furnishing and installing primary conduits and cables 22 d. Furnishing and installing the transfoiiuer pad and grounding (if pad -mounted 23 transformer) 24 e. Furnishing and installing transformer 25 f. Terminating underground primary cables 26 g. Furnishing metering current transformers (CT's), meter and meter wiring 27 h. Terminating secondary cables to the service transformer 28 i. Furnishing meter base and enclosure 29 3. Contractor responsibilities 30 a. Furnishing and installing secondary conduits and cables 31 b. Furnishing and installing power company approved metering current 32 transformer enclosure (if required by power company) 33 c. Installing meter base 34 d. Furnishing and installing an empty conduit with pull line from the metering 35 current transformer enclosure to the meter enclosure. Conduit size and type 36 approved by the power company 37 e. Coordinating electrical service installation with power company 38 4. City responsibilities 39 a. Negotiating with power company for the costs of new or revised services 40 b. Making payment directly to power company for such costs 41 C. Codes, Inspections and Fees 42 1. Obtain all necessary permits and pay all fees required for permits and inspections. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 02189, 02190, 02191 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 4 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. Materials and Equipment 7 1. New, except where specifically identified on the Drawings to be reused. 8 2. UL listed, where such listing exists. 9 3. Electrical service 10 a. Service type shall be as shown on the Drawings. 11 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 12 1.11 FIELD CONDITIONS [NOT USED] 13 1.12 WARRANTY 14 A. Manufacturer Warranty 15 1. Manufacturer's warranties are specified in each of the Specification Sections. 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Interpretation of Drawings 21 1. Coordinate the conduit installation with other trades and the actual supplied 22 equipment. 23 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 24 raceway installation. 25 3. Verify exact locations and mounting heights of lighting fixtures, switches and 26 receptacles prior to installation. 27 3.3 PREPARATION [NOT USED] 28 3.4 INSTALLATION 29 A. Phase Balancing 30 1. Connect circuits for light pole wiring and panel boards to result in evenly balanced 31 loads across all phases. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 02189, 02190, 02191 26 05 00 - 4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 4 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP 5 A. Tests and Settings 6 1. Test systems and equipment furnished under Division 26. 7 2. Repair or replace all defective work. 8 3. Make adjustments to the systems as specified and/or required. 9 4. Prior to energizing electrical equipment, make all tests required by the individual 10 Specification sections. 11 a. Submit a sample test form or procedure. 12 b. Submit the required test reports and data within 30 days after the test. 13 c. Include names of all test personnel. 14 d. Initial each test. 15 5. Check wire and cable terminations for tightness. 16 6. Verify all terminations at light poles, pull or junction boxes, panels, and enclosures. 17 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 18 and control equipment. 19 8. Check control and wiring for lighting system to demonstrate that the system will 20 function properly as indicated by schematic and wiring diagrams. 21 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 22 10. Provide qualified test personnel, instruments and test equipment. 23 11. Refer to the individual equipment Sections for additional specific testing 24 requirements. 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 32 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised November 22, 2013 02189, 02190, 02191 26 05 10 - 1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 05 10 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish, install and test all equipment, wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Edited for Jefferson Davis scope of work shown on Electrical drawings. 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. Measurement 16 a. Measurement for this Item shall be by lump sum. 17 2. Payment 18 a. The work performed and the materials furnished in accordance with this Item 19 shall be paid for at the lump sum price bid for "Salvage Electrical Equipment". 20 3. The price bid shall include: 21 a. Removing and salvaging electrical equipment including, but not limited to: 22 1) Wire and cable 23 2) Encasement 24 3) Conduit 25 4) Supports 26 b. Excavation 27 c. Furnishing, placement and compaction of backfill 28 d. Hauling 29 e. Clean-up 30 1.3 REFERENCES 31 A. Reference Standards 32 1. Reference standards cited in this Specification refer to the current reference 33 standard published at the time of the latest revision date logged at the end of this 34 Specification, unless a date is specifically cited. 35 2. National Fire Protection Association (NFPA) 36 a. 70, National Electrical Code (NEC) 37 1.4 ADMINISTRATIVE REQUIREMENTS 38 A. Coordination CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 1. Coordinate with the City or their designee 48 hours in advance of removals. 2 2. Coordinate with other Trades for removal of electrical services in conjunction with 3 the removal of the associated equipment. 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 10 A. Delivery and Acceptance Requirements 11 1. All salvage materials will be delivered by the Contractor to the City at a location 12 designated by the Inspector. The Inspector, assisted by authorized representatives, 13 will serve as the receiving agent for salvage material. 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. Verify field measurements and circuiting arrangements. 21 B. Verify that abandoned wiring and equipment serve only abandoned equipment. 22 C. Report Drawing discrepancies to City before disturbing the existing installation. 23 3.3 PREPARATION 24 A. Disconnect electrical systems scheduled for removal. 25 B. Coordinate utility service outages with Utility Company to minimize length and number 26 of outages. 27 C. Provide temporary wiring and connections to maintain existing systems in service 28 during construction. 29 D. When work must be performed on energized equipment or circuits, use personnel 30 experienced in such operations. 31 E. Existing Electrical Service: Maintain existing system in service until new system is 32 complete and ready for service. 33 F. Disable system only to make switchovers and connections. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 2 260510-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 G. Obtain permission from City at least 1 week in advance, before partially or completely disabling system. 3 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 4 A. Remove, relocate and extend existing installations to accommodate new construction. 5 B. Remove abandoned wiring to source of supply. 6 C. Remove exposed abandoned conduit. 7 D. Disconnect and remove abandoned panelboards and equipment. 8 E. Disconnect and remove electrical devices and equipment that has been removed. 9 F. Repair adjacent construction and finishes damaged during demolition and extension 10 work. 11 G. Maintain access to existing installations which remain active. Modify installation or 12 provide access to panels as appropriate. 13 H. Where the demolition or revision of any portion of a raceway or box in the raceway 14 system, in an area, causes the raceway system of the area to no longer comply with the 15 classification or Specification requirements of the area, provide and install such boxes, 16 fittings, etc. as may be necessary to return the raceway system to compliance with 17 Specifications. 18 I. Extend existing installations using materials and methods as specified for new Work. 19 J. Minimize noise, dust, and vibration and conduct the work so as to avoid any damage to 20 the surroundings. 21 K. Salvaged Equipment and Materials 22 1. The City shall have the right to retain any or all electrical and instrumentation 23 equipment shown or specified to be removed from the site. 24 2. Deliver the City's equipment to a site designated by the City. 25 3. If the City refuses the salvage, the Contractor must claim ownership of the 26 materials and dispose of them properly. 27 4. Prior to starting demolition, the Contractor and City shall jointly visit the areas of 28 demolition and the City will designate those items that are to remain the property of 29 the City. 30 5. Take necessary precautions in removing City designated property to prevent 31 damage during the demolition process. 32 6. Remove items in 1 piece or in a manner that does not impact their reuse. 33 a. Loose components may be removed separately. 34 b. Controls and electrical equipment may be removed from the equipment and 35 handled separately. 36 c. Large units may be handled separately. 37 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 38 sections. 39 L. Material removed from the construction site during demolition, and any equipment not 40 otherwise designated to remain the property of the City in accordance with the pre- 41 demolition identification process shall become the property of the Contractor, and shall 42 be promptly removed from the construction site. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 M. Refurbish and replace any existing equipment, to be left in place, which is damaged by 2 the demolition operations. 3 1. The repair of such damage shall leave the parts in a condition at least equal to that 4 found at the start of the work. 5 3.5 RESTORATION 6 A. Clean and repair existing materials and equipment which remain or are to be reused. 7 B. Panelboards 8 1. If a panelboard remains an approved alternate, the following will apply 9 a. Clean exposed surfaces. 10 b. Check tightness of electrical connections. 11 c. Replace damaged circuit breakers. 12 d. Provide closure plates for vacant positions. 13 e. Provide typed circuit directory showing revised circuiting arrangement. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION Revision Log 24 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 1 of 10 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Edited for Jefferson Davis scope of work shown on Electrical drawings. 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 Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 16 a. Measurement 17 1) This Item is considered subsidiary to Electrical Facilities. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 21 lump sum price bid for Electrical Facilities, and no other compensation will 22 be allowed. 23 2. Conduit Boxes, when a bid item for Electrical Facilities exists 24 a. Measurement 25 1) This Item is considered subsidiary to Electrical Facilities. 26 b. Payment 27 1) The work performed and the materials furnished in accordance with this 28 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 29 lump sum price bid for Electrical Facilities, and no other compensation will 30 be allowed. 31 2) Clean-up 32 1.3 REFERENCES 33 A. Reference Standards 34 1. Reference standards cited in this Specification refer to the current reference 35 standard published at the time of the latest revision date logged at the end of this 36 Specification, unless a date is specifically cited. 37 2. American National Standards Institute, Inc. (ANSI). 38 a. ANSI C80.5, American National Standard for Electrical Rigid Aluminum 39 Conduit (ERAC). 40 3. National Electrical Manufacturers Association (NEMA). CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 26 05 33 - 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 10 1 a. 250, Enclosures for Electrical Equipment (1000 Volt Maximum). 2 b. C80.1, Electrical Rigid Steel Conduit. 3 c. TC-2, Electrical Polyvinyl Chloride (PVC) Tubing and Conduit. 4 d. TC-3, Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and 5 Tubing. 6 e. TC-7, Smooth -Walled Coilable Electrical Polyethylene Conduit. 7 4. National Fire Protection Association (NFPA) 8 a. 70 — National Electrical Code (NEC). 9 1) Article 350, Liquidtight Flexible Metal Conduit: Type LFMC. 10 2) Chapter 9, Tables. 11 5. Underwriters Laboratories (UL) 12 a. 6, Electrical Rigid Metal Conduit — Steel. 13 b. 514B, Conduit, Tubing and Cable Fittings. 14 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 15 B. All equipment components and completed assemblies specified in this Section of the 16 Specifications shall bear the appropriate label of UL. 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 20 A. Product Data 21 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 22 product designation or catalog numbers of all materials specified. 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE 26 A. Qualifications 27 1. Manufacturers 28 a. Refer to Specification Section 01 60 00 for listing of approved manufacturers 29 for all materials. 30 1.10 DELIVERY, STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Handling: In accordance with manufacturer's instructions. 33 2. Storage 34 a. In accordance with manufacturer's instructions 35 b. Not exposed to sunlight 36 c. Completely covered 37 3. Materials showing signs of previous or jobsite exposure will be rejected. 38 1.11 FIELD [SITE] CONDITIONS [NOT USED] 39 1.12 WARRANTY CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 26 05 33 - 3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 10 1 A. No separate warranty on conduit. 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 4 2.2 CONDUIT 5 A. Liquidtight Steel Flexible Metal Conduit 6 1. Interlocked steel core 7 2. PVC jacket rated for 80 degrees Celsius 8 3. Complies with NEC Article 350 9 4. Fittings 10 5. Extruded from 6063 T-1 alloy 11 6. Maximum 0.1 percent copper content 12 7. Conform to: 13 a. ANSI C80.5 14 b. UL-6 15 B. Rigid Steel Conduit 16 1. Hot dip galvanized 17 2. Threads: Hot galvanized after cutting 18 3. Conforms to: 19 a. NEMA C80.1 20 C. Rigid PVC Schedule 80 Conduit 21 1. Designed for use above ground and underground as described in the NEC 22 2. Resistant to sunlight 23 3. UL Labeled 24 4. Conforms to: 25 a. NEMA TC-2 26 b. UL 651 27 5. Fittings conform to: 28 a. NEMA TC-3 29 b. UL 514B 30 D. Rigid PVC Schedule 40 Conduit 31 1. Designed for use underground as described in the NEC 32 2. Resistant to sunlight 33 3. UL Labeled. 34 4. Conforms to: 35 a. NEMA TC-2 36 b. UL 651 37 5. Fittings conform to: 38 a. NEMA TC-3 39 b. UL 514B CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 26 05 33 - 4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 10 1 E. High Density Polyethylene (HDPE) Conduit 2 1. Designed for use underground as described in the NEC 3 2. Resistant to sunlight 4 3. UL Labeled 5 4. Conforms to: 6 a. UL 651A 7 b. UL 651B 8 c. NEMA TC-7 9 F. Raceway Boxes 10 1. Use: Exposed raceway systems only 11 2. Boxes for underground systems: Refer to Section 26 05 43. 12 3. Box size 13 a. Distance between each raceway entry inside the box and the opposite wall: Not 14 be less than 6 times the trade size of the largest raceway in a row. 15 b. Distance shall be increased for additional entries by the amount of the sum of 16 the diameters of all other raceway entries in the same row on the same wall of 17 the box. 18 c. Each row calculated individually, and the single row that provides the 19 maximum distance used to size box. 20 2.3 ACCESSORIES 21 A. Conduit Outlet Bodies 22 1. Up to and including 2-1/2 inches 23 a. Conduit outlet bodies and covers: Galvanized steel 24 b. Captive screw -clamp cover 25 c. Neoprene gasket 26 d. Stainless steel screws and clamps 27 2. Larger than 2-1/2 inches 28 a. Use junction boxes. 29 B. Conduit Hubs 30 1. Watertight 31 2. Threaded galvanized steel 32 3. Insulated throat 33 4. Stainless steel grounding screw 34 C. Grounding Bushings 35 1. Insulated lay -in lug grounding bushings 36 2. Tin-plated copper grounding path 37 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 38 Celsius 39 4. Plastic insert cap each bushing 40 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 41 NEC for the application 42 D. Raceway Sealant CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 2 3 4 5 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 10 1. Use for sealing of raceway hubs, entering or terminating in boxes or enclosures where shown or specified E. Conduit Penetration Seals 1. Use for conduit wall and floor seals F. Conduit and related hardware 6 1. All polyvinyl chloride conduits, including elbows and couplings shall be schedule 7 40 PVC conduit, conforming to Federal Specification W-C-1094 and Underwriters' 8 Laboratories, Inc. Standard UL-651. All conduit sizes shall be as indicated on the 9 Drawings. 10 2. Rigid metal conduit shall be steel, hot -dipped galvanized inside and outside. 11 3. Weather heads shall be made of aluminum and may be the threaded or the clamp on 12 type. 13 G. Expansion/Deflection Fittings 14 1. Use 15 a. Embedded in concrete 16 b. Exposed 17 2. Description 18 a. Internal grounding 19 b. 4 inch movement 20 c. Stainless steel/cast iron 21 H. Expansion Fittings 22 1. Galvanized steel 23 2. 8 inch movement 24 3. Internal grounding 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 APPLICATION 31 A. Interface with Other Work 32 1. Coordinate the placement of conduit and related components with other trades and 33 existing installations. 34 B. Unless shown on the Drawings or specified otherwise, the conduit type installed with 35 respect to the location shall be as follows: 36 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 or HDPE 37 2. Underground, less than 18 inches cover: Rigid PVC Schedule 80 or HDPE 38 3. Exposed: Rigid galvanized steel CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 2 26 05 33 - 6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 10 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal Conduit 3 C. Box Applications 4 1. Furnish raceway junction, pull and terminal boxes with NEMA ratings for the 5 location in which they are installed. 6 2. Exposed switch, receptacle and lighting outlet boxes and conduit fittings: 7 Galvanized steel 8 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 9 enclosure is prohibited 10 D. Conduit Outlet Bodies Applications 11 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 12 except where junction boxes are shown or otherwise specified 13 2. Conduits larger than 2-1/2 inches: Use junction boxes 14 E. Conduit Hub Applications 15 1. Unless specifically stated herein or described on the Drawings, all raceways shall 16 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 17 will not be permitted. 18 F. Insulated Grounding Bushing Applications 19 1. Use: Terminate raceways at bottom entry to pad -mounted electrical equipment or 20 switchgear, if there is no wall or floor pan on which to anchor or terminate the 21 raceway. 22 2. Other raceways: Terminate on enclosures with a conduit hub. 23 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 24 pulled. 25 G. Conduit Tag Applications 26 1. Tag all underground conduits and ducts at all locations, exiting and entering from 27 underground, including pull junction boxes. 28 H. Raceway Installation 29 1. No conduit smaller than 1'/4 inch electrical trade size. 30 2. No more than the equivalent of 3 - 90 degree bends in any 1 run. 31 3. Do not pull wire until the conduit system is complete in all details. 32 4. Install all underground raceways in accordance with Section 26 05 43. 33 5. Where raceways enter or leave the raceway system, where the raceway origin or 34 termination, could be subjected to the entry of moisture, rain or liquid of any type, 35 particularly where the termination of such raceways terminate in any equipment, 36 new or existing at a lower elevation, such raceways shall be tightly sealed, using 37 watertight sealant (Duxseal or equal), at the higher elevation, both before and after 38 the installation of cables, such that there shall be no entry of water or moisture to 39 the Raceway System at any time. Any damage to new or existing equipment, due to 40 the entrance of moisture from unsealed raceways, shall be corrected by complete 41 replacement of such equipment, at no cost to the City. Cleaning or drying of such 42 damaged equipment will not be acceptable. CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 26 05 33 - 7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 10 1 6. Conduit supports, for other than for underground raceways: Space at intervals of 8 2 feet or less as required to obtain rigid construction. 3 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 4 plates, to raise conduits from the surface. 5 8. Use insulated throat grounding bushings for conduits containing equipment 6 grounding conductors and terminating in boxes. Connect grounding conductors to 7 the box. 8 9. Install conduits using threaded fittings. Do not use running threads. 9 10. PVC conduit: Use glued type conduit fittings. 10 11. Raceways terminating in Control Panels or boxes containing electrical equipment 11 a. Do not install to enter from the top of the panel or box. 12 b. Seal with a watertight sealant: Duxseal or equal 13 12. Conduit 14 a. The Contractor will be required to coordinate with all local utility companies, 15 long distance communication companies, City utilities, railroad companies, and 16 Dig Tess if applicable, to ascertain exact locations of conflicting underground 17 services. 18 b. The location of conduits and ground boxes are diagrammatic only and may be 19 shifted by the Inspector to accommodate field conditions. 20 c. The maximum allowable overcut shall be 1 inch (25 mm) in diameter for bores. 21 d. The vertical and horizontal tolerances shall not exceed 18 inches (457 mm) as 22 measured from the intended target point for bores. 23 e. The use of a pneumatically driven device for punching holes beneath the 24 pavement (commonly known as a "missile") will not be permitted. 25 f. Conduit installed for future use shall have a non-metallic, nylon type pull string 26 and shall be capped using standard weather tight conduit caps, as approved by 27 the Inspector. 28 g. The Contractor shall place duct seal or foam at the ends of all conduit where 29 conductors and/or cables are present. 30 h. New Conduit 31 1) All underground conduit shall be schedule 40 PVC conduit. 32 2) All conduit or raceways above ground shall be rigid metal. 33 3) All conduit and fittings shall be of the sizes and types shown on the 34 Drawings. 35 4) Each section of conduit shall bear evidence of approval by Underwriter's 36 Laboratories. 37 5) Conduit terminating in posts or pedestal bases shall not extend vertically 38 more than 3 inches above the concrete foundation. 39 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 40 nominal size of the conduit. 41 7) Exposed vertical conduit shall be galvanized rigid metal, and reamed and 42 couplings made tight. PVC conduit shall be joined by the solvent --weld 43 method in accordance with the conduit manufacturer's recommendations. 44 8) No reducer couplings shall be used unless specifically indicated on the 45 Drawings. 46 9) Conduit and fittings shall have burrs and rough places smoothed and shall 47 be clean and free of obstructions before the cable is installed. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 10 1 10) Field cuts shall be made with a hacksaw only, and shall be square and true 2 so that the ends will butt or come together for the full diameter thereof 3 a) In no case shall a cutting torch be used to cut or join conduit. 4 11) Slip joints or running threads will not be permitted for coupling conduit 5 unless approved by the Inspector. 6 12) When a standard coupling cannot be used, an approved union coupling 7 shall be used and shall provide a water -tight coupling between the conduit. 8 13) Couplings shall be properly installed to bring their ends of connected 9 conduit together to produce a good rigid connection throughout the entire 10 length of the conduit run. 11 14) Where the coating on a rigid metal conduit run has been damaged in 12 handling or installation, such damaged parts shall be thoroughly painted 13 with rust preventive paint. 14 15) Ends of conduits shall be capped or plugged until installation of the wire is 15 complete. 16 16) Upon request by the Inspector, the Contractor shall draw a full-size metal 17 wire brush, attached by swivel joint to a pull tape, through the metal 18 conduit to insure that the conduit is clean and free from obstructions. 19 17) Conduits shall be placed in an open trench at a minimum 24 inches (612 20 mm) depth below the curb grade in the sidewalk areas, or 18 inches (450 21 min) below the finished street grade in the street area. 22 18) Conduit placed for concrete encasement shall be secured and supported in 23 such a manner that the alignment will not be disturbed during placement of 24 the concrete. 25 a) No concrete shall be placed until all of the conduit ends have been 26 capped and all box openings closed. 27 19) PVC conduit, which is to be placed under existing pavement, sidewalks, 28 and driveways, shall be placed by first providing a void through which the 29 PVC conduit shall be inserted. 30 a) The void may be made by boring. 31 b) Use of water or other fluids in connection with the boring operation 32 will be permitted only to lubricate cuttings. 33 c) Water jetting will not be permitted. 34 20) If it is determined by the Inspector that it is impractical to place the conduit 35 by boring as outlined above due to unforeseen obstructions, written 36 permission may be granted by the Traffic Services Manager or designee for 37 the Contractor to cut the existing pavement. 38 21) Pits for boring shall not be closer than 2 feet (612 mm) to the back of the 39 curb or the outside edge of the shoulder. 40 a) The boring method used shall not interfere with the operation of streets, 41 highways, or other facilities, and shall not weaken or damage any 42 embankment structure, or pavement. 43 22) Backfill - Compaction & Density Test for All Ditchlines 44 a) All ditchlines within paving areas of existing and proposed streets and 45 within 2 feet (600 mm) back of curb are to be mechanically tamped. 46 b) All tamping is to be density controlled to 90 percent standard proctor 47 density at optimum moisture content and no greater than 5 percent 48 optimum or less than 2 percent below optimum. 49 c) All backfill material is to be select native material, 6 inches (150 mm) 50 diameter clods and smaller. CITY OF FORT WORTH PARK RENOVATIONS AT 02189, 02190, 02191 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 10 1 d) It is permissible to put backfill in 6 inches to 8 inches (150 mm to 400 2 mm) lifts with densities being taken for each lfeet (300 mm) of 3 compacted material on offsetting stations of 50 feet (15.9 M). 4 23) Provide adequately bent conduit and properly excavate so as to prevent 5 damage to the conduit or conductor by a bend radius which is too short. 6 24) All conduit runs shall be continuous and of the same material (metal only 7 or PVC only). 8 25) Where tying into existing conduit, the Contractor must continue with the 9 same material (metal to metal or PVC to PVC). 10 26) Each length of galvanized rigid metal conduit, where used, shall be reamed 11 and threaded on each end and couplings shall be made up tight. 12 27) White -lead paint or equal shall be used on threads of all joints. 13 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 14 29) Where the coating on a metal conduit run has been damaged in handling or 15 installation, such damaged parts shall be thoroughly painted with rust 16 preventive paint. 17 i. Existing Conduit 18 1) Prior to pulling cable in existing underground conduit, the conduit shall be 19 cleaned with a mandrel or cylindrical wire brush and blown out with 20 compressed air. 21 2) If conduit appears to be blocked, the Contractor shall make an attempt to 22 clear the conduit by rodding (The Contractor will not receive extra 23 compensation for rodding). 24 3) If the existing conduit cannot be used, the Contractor may be required to 25 repair and/or replace this conduit as directed by the Engineer. 26 a) Repair of this conduit will be paid for as "extra work" on a Change 27 Order. 28 4) The Inspector shall be notified prior to disconnection or removal of any 29 existing cable. 30 13. Conduits from external sources entering or leaving a multiple compartment 31 enclosure: Stub up into the bottom horizontal wireway or other manufacturer 32 designated area, directly below the vertical section in which the conductors are to 33 be terminated. 34 14. Conduit identification platens 35 a. Install on all conduits at each end of the run and at intermediate junction and 36 boxes. 37 b. Install conduit plates before conductors are pulled into conduits. 38 c. Coordinate exact identification plate location with the City at the time of 39 installation to provide uniformity of placement and ease of reading. 40 15. Pull mandrels through all existing conduits that will be reused and through all new 41 conduits 2 inches in diameter and larger prior to installing conductors. 42 16. Insta11 3/16 inch polypropylene pull lines in all new conduits noted as spares or 43 designated for future equipment. 44 17. Do not use running threads. 45 3.5 REPAIR / RESTORATION [NOT USED] 46 3.6 RE -INSTALLATION [NOT USED] 47 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 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 260533-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260533-1 Conductors Page 1 of 4 1 SECTION 26 05 34 2 CONDUCTORS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install conductors as shown on the Drawings and as specified herein. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. Edited for Jefferson Davis scope of work shown on Electrical drawings. 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 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Conductors, when a bid item for Electrical Facilities exists 16 a. Measurement 17 1) This Item is considered subsidiary to Electrical Facilities. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 21 lump sum price bid for Electrical Facilities, and no other compensation will 22 be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. National Fire Protection Association (NFPA) 29 a. 70 — National Electrical Code (NEC). 30 3. Underwriters Laboratories (UL) 31 a. UL 854 — UL Standard for Safety Service Entrance Cables 32 b. UL 1072 — UL Standard for Safety Medium Voltage Power Cables. 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Provide certification (manufacturer's data sheets) indicating that materials comply with 36 standards listed in this specification. 37 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 26 05 33 - 2 Conductors Page 2 of 4 1 A. Product Data 2 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 3 product designation or catalog numbers of all materials specified. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE 7 A. Qualifications 8 1. Manufacturers 9 a. Manufacturers shall have been in the business of manufacturing electrical 10 conductors for a minimum of 10 years. 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. Handling: In accordance with manufacturer's instructions. 14 2. Storage 15 a. In accordance with manufacturer's instructions 16 b. Not exposed to sunlight 17 c. Completely covered 18 3. Materials showing signs of previous or jobsite exposure will be rejected. 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY 21 A. No separate warranty on conductors. 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 SINGLE CONDUCTORS 600 VOLT CONDUCTORS FOR GENERAL USE IN ANY 25 APPLICATION NOT REQUIREING LOW -SMOKE PROPERTIES AND 26 PERMITTED BY NFPA 130 27 A. Conductors: 28 1. Coated aluminum per ASTM B33 or uncoated. Conductors shall be stranded. 29 B. Insulation: 30 1. Moisture resistant thermoplastic (Type THHN/THWN) or cross -linked synthetic 31 polymer (Type XHHW). Must be 75 Deg. C (Minimum) in wet locations. 32 2.3 ACCESSORIES 33 A. Connectors: 34 1. Provide connections for No. 8 AWG and smaller of the pressure indent type with 35 nonflammable, self -extinguishing insulation of temperature rating equal to that of 36 the conductors being connected. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 260533-3 Conductors Page 3 of 4 1 B. Splices: 2 1. Provide splices for No. 8 AWG and smaller of the pressure indent type with 3 nonflammable, self -extinguishing insulation of temperature rating equal to that of 4 the conductors being connected. 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLATION 8 A. Install conductors in conduits after conduits are in place and related work is completed 9 and the area cleared for a safe working condition. 10 B. Use UL listed lubricant and provide suitable installation equipment to prevent cutting 11 and abrasion of conductors during the pulling of feeders and branch conductors. Avoid 12 using any lubricant that may be injurious to the material of the conductors to be 13 installed. Provide installation procedure as recommended by the conductor 14 manufacturer, and approved by the owner or the owner's representative. 15 C. Pull wires to be installed in a single conduit at the same time. Use steel cable or other 16 pulling material with a low coefficient of elongation. Avoid use of nylon or other rope 17 that elongates during pulling, causing uneven stress on conductors. 18 D. Join conductors securely both mechanically and electrically to engage strands equally 19 by use of copper connectors and terminal lugs. 20 E. Make conductor splices in wireways, outlet, junction or pull boxes. Make splices in 21 accessible locations. Keep splices to a minimum. Do not pull splices into conduit. 22 F. Replace conductors for any rupture of insulation. 23 G. Identify phases of conductors by using color coded conductors as listed in Table 16120. 24 For conductors not available in needed colors, use colored plastic tape. Wrap the tape in 25 three layers at pull boxes, junction boxes, wireways, panelboards, splicing and access 26 points. Provide the length of wrap sufficient to permit easy identification but not less 27 than 6 inches per conductor. 28 29 TABLE 16120 30 WIRING PHASE A PHASE C NEUTRAL 31 120/240 Volts, Single Phase, 3-Wire Black Red White 32 Ground conductor: Green 33 3.2 EXAMINATION [NOT USED] 34 3.3 PREPARATION [NOT USED] 35 3.4 REPAIR / RESTORATION [NOT USED] 36 3.5 RE -INSTALLATION [NOT USED] 37 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 26 05 33 - 4 Conductors Page 4 of 4 1 3.7 SYSTEM STARTUP [NOT USED] 2 3.8 ADJUSTING [NOT USED] 3 3.9 CLEANING [NOT USED] 4 3.10 CLOSEOUT ACTIVITIES [NOT USED] 5 3.11 PROTECTION [NOT USED] 6 3.12 MAINTENANCE [NOT USED] 7 3.13 ATTACHMENTS [NOT USED] 8 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY 260535-1 ELECTRICAL SERVICE PEDESTALS SECTION 26 05 35 ELECTRICAL SERVICE PEDESTALS Page 1 of 4 5 A. Section Includes: 6 1. Furnish and install complete Electrical Service Pedestals as shown on the Drawings 7 and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Edited for Jefferson Davis scope of work shown on Electrical drawings. 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. Conduits and Related Hardware, when a bid item for Electrical Facilities exists 16 a. Measurement 17 1) This Item is considered subsidiary to Electrical Facilities. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to Electrical Facilities and shall be subsidiary to the 21 lump sum price bid for Electrical Facilities, and no other compensation will 22 be allowed. 23 1.3 REFERENCES 24 A. Codes And Regulations Of The Jurisdictional Authorities. 25 B. All equipment components and completed assemblies specified in this Section of the 26 Specifications shall bear the appropriate label of UL. 27 C. NEMA 28 D. NEC 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Provide certification (manufacturer's data sheets) indicating that materials comply with 32 standards listed in this specification. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Product Data 35 1. Submit to the City, in accordance with Division 1, the manufacturers' names and 36 product designation or catalog numbers of all materials specified. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 260535-2 ELECTRICAL SERVICE PEDESTALS Page 2 of 4 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE 4 A. Qualifications 5 1. Manufacturers 6 a. Manufacturers shall have been in the business of manufacturing Electrical 7 Service Pedestals for a minimum of 10 years. 8 1.10 DELIVERY, STORAGE, AND HANDLING 9 A. Storage and Handling Requirements 10 1. Handling: In accordance with manufacturer's instructions. 11 2. Storage 12 a. In accordance with manufacturer's instructions 13 b. Not exposed to sunlight 14 c. Completely covered 15 3. Materials showing signs of previous or jobsite exposure will be rejected. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY 18 A. Electrical Service Pedestals shall be warrantied for a period of 2 years for all material 19 and labor from the time of acceptance of the work. This warranty shall be in addition to 20 the equipment manufacturer's standard warranty. 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [oil] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 24 2.2 ELECTRICAL SERVICE PEDESTALS 25 A. General: 26 1. 60 amp, 120/240 volts, single phase, switched load center. 27 2. NENA 3R, vandal -resistant cabinet of polyurethane power -coated finish. UL listed 28 as enclosed industrial control equipment (UL 508). 29 3. Isolated, lockable and sealable utility metering and lug landing sections. 30 4. Lockable, customer section for distribution and control equipment with integral 31 dead front. 32 5. Print pocket inside customer section door containing wiring schematics and 33 installation instructions. 34 6. Heavy duty ringless socket with lever bypass. 35 7. 60 amp contactor controlling a 4-circuit load center. Square D No. SPW2-V03 or 36 approved equal. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 26 05 35 - 3 ELECTRICAL SERVICE PEDESTALS Page 3 of 4 1 8. UL listed load center as manufactured by Square D, Cutler Hammer, Siemens or 2 GE. Short Circuit Rating shall be equal to, or greater than the available Short 3 Circuit at the main lugs. 4 9. Circuit breakers as manufactured by Square D, Cutler Hammer, Siemens or GE. 5 10. Prewired Time Clock, Photo -electric Control Ce11 and Hand -Off -Automatic Switch. 6 11. Lexan window and glare shield for Photo -Electric Control Cell. 7 12. All stainless steel external hardware including all screws, bolts, hinges, hasps and 8 sealing screws. 9 PART 3 - EXECUTION 10 3.1 INSTALLATION 11 A. Install Electrical Service Pedestal on concrete base according to Contract Drawings and 12 manufacturer's recommendations. 13 B. Consult Oncor Electric Delivery Company prior to installing Electrical Service 14 Pedestals for coordination with Oncor Electric Delivery Company's installation 15 requirements. 16 C. Install all electrical components (contactor, circuit breakers, wire terminations, time 17 clock, etc.) tight and according to acceptable industry standards. 18 D. Automatic controls shall be set for the Photo -Electric Control Cell to allow the site 19 lighting to turn on when there is insufficient daylight; ant the time clock to turn the site 20 lighting off at the designated time. Refer to the Engineer for time clock setting. 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION [NOT USED] 23 3.4 APPLICATION [NOT USED] 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [ox] 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 [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 260535-4 ELECTRICAL SERVICE PEDESTALS Revision Log DATE NAME SUMMARY OF CHANGE I CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Page 4 of 4 PARK RENOVATIONS AT 02189, 02190, 02191 311000-1 SITE CLEARING Page 1 of 5 1 SECTION 31 10 00 2 SITE CLEARING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Providing tree protection and pruning to provide trail clearances, preparation of 7 designated areas for construction operations by removing and disposing of all 8 obstructions including clearing and grubbing and trees, when removal of such 9 obstructions is not specifically shown on the Drawings to be paid by other Sections. 10 The City of Fort Worth's Urban Forestry Ordinance governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Site Clearing 20 a. Measurement 21 1) Measurement for this Item shall be by lump sum. 22 b. Payment 23 1) The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the lump sum price bid for "Site Clearing". 25 c. The price bid shall include: 26 1) Pruning of designated trees and shrubs for trail clearances 27 2) Removal and disposal of trees, structures and obstructions 28 3) Backfilling of holes 29 4) Clean-up 30 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site 31 Clearing" is not a bid item) 32 a. Measurement 33 1) Measurement for this Item shall be per each. 34 b. Payment 35 1) The work performed and the materials furnished in accordance with this 36 Item shall be paid for at the unit price bid per each "Tree Removal" for: 37 a) Various caliper ranges 38 c. The price bid shall include: 39 1) Pruning of designated trees and shrubs for trail clearances 40 2) Removal of tree stumps 41 3) Shredding of debris CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 31 1000 -2 SITE CLEARING Page 2 of 5 1 4) Traffic barriers as needed for work along Dutch Branch Road 2 5) Removal and disposal of structures and obstructions 3 6) Grading and backfilling of holes 4 7) Excavation 5 8) Fertilization 6 9) Clean-up 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINSTRATIVE REQUIREMENTS 9 A. Permits 10 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 11 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 12 B. Preinstallation Meetings 13 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 14 City Inspector, and the Project Manager for the purpose of reviewing the 15 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 16 prior to the meeting. 17 2. The Contractor will provide the City with a Disposal Letter in accordance to 18 Division Ol. 19 1.5 SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION 32 A. All trees identified to be protected and/or preserved should be clearly flagged with 33 survey tape. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 311000-3 SITE CLEARING Page 3 of 5 1 B. Following taping and prior to any removals or site clearing, the Contractor shall meet 2 with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 3 saved. 4 C. Traffic 5 a. Maintain existing traffic and in accordance with Sections 01 50 00 and 01 55 6 26. 7 b. Do not block access to walkways, street lanes, driveways or alleys for extended 8 periods of time unless: 9 1) Alternative access has been provided 10 2) Proper notification has been provided to the property owner or resident 11 c. Do not block more than one lane of traffic. 12 13 3.4 INSTALLATION 14 A. Protection of Trees 15 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 16 Refer to the Drawings for tree protection details. 17 2. If the Drawings do not provide tree protection details, protected trees shall be 18 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 19 the corners located on the canopy drip line, unless instructed otherwise. 20 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 21 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 22 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 23 form the enclosure. 24 4. Do not park equipment, service equipment, store materials, or disturb the root area 25 under the branches of trees designated for preservation. 26 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 27 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 28 the tree. 29 6. Trees and brush shall be mulched on -site. Contractor shall spread mulch to a 2 inch 30 depth on trees to remain within the drip line. 31 a. Burning as a method of disposal is not allowed. 32 B. Hazardous Materials 33 1. The Contractor will notify the Engineer immediately if any hazardous or 34 questionable materials not shown on the Drawings are encountered. This includes; 35 but not limited to: 36 a. Floor tiles 37 b. Roof tiles 38 c. Shingles 39 d. Siding 40 e. Utility piping 41 2. The testing, removal, and disposal of hazardous materials will be in accordance 42 with Division 1. 43 C. Site Clearing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 31 1000 -4 SITE CLEARING Page 4 of 5 1 1. Clear areas shown on the Drawings of all obstructions, except those landscape 2 features that are to be preserved. Such obstructions include, but are not limited to: 3 a. Lumber and debris 4 b. Trees 5 c. Fences 6 d. Other items as specified on the Drawings 7 2. Remove vegetation and other landscape features not designated for preservation, 8 whether above or below ground, including, but not limited to: 9 a. Curb and gutter 10 b. Driveways 11 c. Paved parking areas 12 d. Miscellaneous stone 13 e. Sidewalks 14 f. Drainage structures 15 g. Manholes 16 h. Inlets 17 i. Abandoned railroad tracks 18 j. Scrap iron 19 k. Other debris 20 3. Tree removal — Trees that are designated for removal shall be removed so as not to 21 damage adjacent trees or structures to remain. Trees shall be felled in safe manner 22 per OSHA guidelines . Provide traffic barriers and flagmen for tree removal per the 23 General Conditions. Thorughly remove the stump to a depth of 18 inches and 24 minimum 3 foot diameter. Remove debris immediately. 25 4. Tree pruning — Remove branches to provide trail clearances per the drawings. 26 Branches hall be cut and removed in safe manner per the drawings and OSHA 27 guidelines . Provide traffic barriers and flagmen for branch removal per the 28 General Conditions. Remove debris immediately. 29 5. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 30 maintain traffic and drainage in accordance with Section 02 41 14. 31 6. In areas receiving embankment, remove obstructions not designated for 32 preservation to 2 feet below natural ground. 33 7. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 34 8. In all other areas, remove obstructions to 1 foot below natural ground. 35 9. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 36 off to ground level. 37 a. Removal of existing structures shall be as per Section 02 41 13. 38 D. Disposal 39 1. Dispose of all trees within 24 hours of removal. 40 2. All materials and debris removed becomes the property of the Contractor, unless 41 otherwise stated on the Drawings. 42 3. The Contractor will dispose of material and debris off -site in accordance with local, 43 state, and federal laws and regulations. 44 3.5 REPAIR [NOT USED] 45 3.6 RE -INSTALLATION [NOT USED] CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 3.7 FIELD QUALITY CONTROL [NOT USED] 2 3.8 SYSTEM STARTUP [NOT USED] 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 10 11 1 DATE 12/20/2012 1 NAME D. Johnson 31 1000-5 SITE CLEARING Page 5 of 5 Revision Log SUMMARY OF CHANGE 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 312200-1 EARTHWORK Page 1 of 5 1 SECTION 31 22 00 2 EARTHWORK 3 4 PART 1— GENERAL 5 6 1.1 RELATED DOCUMENTS 7 A. Provisions established within the General and Supplementary General Conditions of 8 the Contract, Division 1 - General Requirements, and the Drawings are collectively 9 applicable to this Section. 10 B. Codes and Standards: Perform earthwork complying with requirements of authorities 11 with jurisdiction including but not limited to City of Plano and NCTCOG. 12 C. Existing Utilities: Do not interrupt existing utilities serving facilities occupied by the 13 Owner or others except when permitted in writing by the Owner and then only after 14 acceptable temporary utility services have been provided. 15 D. Section 31 23 16 — Unclassified Excavation. 16 1.2 SECTION INCLUDES 17 A. Provide complete earthwork including: 18 1. Removing topsoil and stockpiled for finish grading. 19 2. General excavation, excavation for footings and subgrades. 20 3. Paving base preparation. 21 4. Rough grading. 22 5. Fill and backfill. 23 6. Finish grading. 24 1.3 REFERENCES 25 A. ANSI/ASTM C136 - Sieve Analysis of Fine and Coarse Aggregates. 26 B. ANSUASTM D698 - Moisture -Density Relations of Soils and Soil -Aggregate 27 Mixture Using 5.5 lb Rammer and 12 inch Drop. 28 C. ANSI/ASTM D1557 - Moisture -Density Relations of Soils and Soil -Aggregate 29 Mixture Using 10 lb Rammer and 18 inch Drop. 30 D. ANSI/ASTM D2922 - Density of Soil in Place by the Nuclear Methods. 31 E. TSDHPT - Texas State Department of Highways and Public Transportation - 32 Standard Specifications for Construction of Highways, Streets and Bridges, as 33 amended. 34 1.4 BASIS FOR BIDS AND PAYMENT 35 A. Bids shall be based on excavating and filling with materials encountered at site 36 except where special fill or backfill materials are specified herein or indicated on 37 Drawings. No allowance or extra payments will be made by reason of variation in 38 types of soil encountered or variations in their moisture contents. Additional fill 39 material required shall be furnished and included as a part of the work. Removal of 40 excess or objectionable materials shall be included as a part of the work. 41 42 B. Payment for excavation and fill shall be paid as a Lump Sum basis. 43 1.5 PROTECTION CITY OF FORT WORTH PARK RENOVATIONS AT CONSULTANT SPECIFICATION DOCUMENT 02189, 02190 ,02191 312200-2 EARTHWORK Page 2 of 5 1 A. Protect walkways, utilities, structures, pavements, and trees, shrubs, lawns, and 2 other features remaining as a portion of final landscaping. Refer to the drawings 3 for protective fencing details and location. 4 B. Protect benchmarks, existing structures, site furniture, fences, sidewalks, paving, 5 and curbs from equipment and vehicular traffic. 6 C. Protect above and below grade utilities which are to remain. 7 D. Underpin adjacent structures and paving which may be damaged by excavation 8 work, including service utilities and pipe chases. Protect creek bank slopes as 9 needed to prevent failure due to construction. 10 E. Notify Owner of unexpected subsurface or slope conditions and discontinue 11 affected work in area until notified to resume work. 12 G. Protect bottom of excavations and soil adjacent to and beneath foundations from 13 frost. 14 H. Grade excavation top perimeter to prevent surface water run-off into excavation. 15 I. Protect excavated areas from intrusion by pedestrians. 16 1.6 EROSION CONTROL 17 A. Provide erosion control as required by City and regulating agencies. Provide 18 organic filter tubes as specified. 19 B. Submit erosion control plan as required to local and regulatory agencies. 20 1.7 SUBMITTALS 21 A. Submit samples of gravel and sand if requested. 22 1.8 COORDINATION 23 A. Coordinate excavation work with other trades for proper scheduling of work. 24 Accurately record location of utilities to remain prior to beginning work, including 25 horizontal dimensions, inverts and slope gradients. 26 1.9 TESTING 27 28 29 PART 2 - PRODUCTS 30 31 2.1 STOCKPILING A. Testing will be performed in accordance with the General Provisions. 32 A. Material cut or excavated which is suitable for backfilling may be stored on site to 33 be distributed later. Fill material required to be hauled in may be stockpiled at site 34 until used, provided it is properly handled to prevent contamination with 35 undesirable materials. Location of stockpiles shall be subject to approval of 36 Owner's representative. Stockpile topsoil separate from excavated sub -soil. 37 2.2 SURPLUS MATERIALS 38 A. Excavated materials not to be used in fills and backfills immediately on this project 39 shall be removed from site and legally disposed. 40 B. Materials containing rubbish, debris, or rocks shall be removed and not be used for 41 fill. 42 2.3 MATERIALS 43 A. General Fill and Backfill: Suitable existing excavated on -site soil free from 44 vegetation, debris, and other deleterious matter, unless otherwise noted. CITY OF FORT WORTH PARK RENOVATIONS AT CONSULTANT SPECIFICATION DOCUMENT 02189, 02190 ,02191 31 22 00 - 3 EARTHWORK Page 3 of 5 1 B. Top Soil for rough grading: 2 1. Clean natural topsoil free of vegetation, debris and other deleterious matter, 3 and approved by Landscape Architect. 4 2. Upper 6" of topsoil stripped may be used, if suitable, otherwise use imported 5 natural, fertile, friable soil possessing characteristics representative of 6 productive growing soils in the area. 7 3. Topsoil will be rejected if excessively acid or alkaline or contains toxic 8 substances harmful to plant growth. 9 4. Provide topsoil free from weeds, nutgrass, lumps, stones larger than 1 inch, 10 roots, or similar substances. 11 C. Gravel: Clean well -graded, natural gravel or crushed stone free from shale, clay, 12 organic materials or debris; graded to ASTM C136 standards and the following 13 limits: 14 15 Sieve Size Percent Passing 16 1 1/2 inch 100 17 1 inch 90 to 100 18 3/4 inch 45 to 100 19 5/8 inch 30 to 85 20 '/2 inch 13 to 55 21 3/8 inch 0 to 30 22 1/4 inch 0 to 15 23 No. 4 0 24 Submit four pound sample for approval if required. 25 D. Granular Leveling Course Under Slabs, Walks, and Decks on Grade: Pit run 26 cushion sand, free of organic matter, clays or other binder materials. Provide sand 27 at four inch depth or as indicated on the drawings. Submit one pound sample for 28 approval. 29 E. Topsoil for Fine Grading — Use stripped topsoil or imported sandy loam as needed 30 and approved by Owner. 31 32 PART 3 — EXECUTION 33 34 3.1 EXAMINATION 35 A. Establish extent of excavation by area and elevation; designate and identify datum 36 elevation. 37 B. Set required lines and levels. 38 C. Maintain bench marks, monuments and other reference points. 39 40 3.2 PREPARATION 41 A. Before starting excavation, establish location and extent of underground utilities 42 occurring in work area. Notify Owner's representative if conflicts occur between 43 drawings and utilities. 44 B. Protect utility services uncovered by excavation. CITY OF FORT WORTH PARK RENOVATIONS AT CONSULTANT SPECIFICATION DOCUMENT 02189, 02190 ,02191 312200-4 EARTHWORK Page 4 of 5 1 C. Upon discovery of unknown utility or concealed condition, discontinue affected 2 work and notify Owner's representative. 3 3.3 ROUGH GRADING 4 A. Contours on the drawings indicate existing grade. Spot elevations show finish 5 grade of turf grass, paving or play surface. Excavate and rough grade to allow for 6 fill of specified soil or paving. 7 B. Maintain excavations to drain and be free of excess water. Ponding of water on 8 site will not be permitted. 9 C. Remove objectionable and excess materials from site when excavated. 10 D. Exercise extreme care in grading around existing trees. Do not disturb existing 11 grades around existing trees except as otherwise noted. 12 3.4 FILLS AND BACKFILLS - GENERAL 13 A. Verify areas to be backfilled are free of debris, snow, ice or water, and ground 14 surfaces are not frozen. 15 B. Proof roll exposed subgrade in paving areas with heavily loaded dump truck or 16 similar acceptable construction equipment, to detect unsuitable soil conditions. 17 Commence proof rolling operations after a suitable period of dry weather to avoid 18 degrading acceptable subgrade surfaces. Make four passes over each section with 19 proof rolling equipment, with the last two perpendicular to the first two. 20 C. Cut out soft areas of subgrade not readily capable of in- situ compaction. Backfill 21 and compact to density equal to requirements for subsequent backfill material. 22 D. Site backfill systematically, as early as possible, to allow maximum time for 23 natural settlement. Do not backfill over porous, wet or spongy subgrade surfaces. 24 E. Use a placement method that will not disturb or damage utilities in trenches. 25 F. Maintain optimum moisture content of backfill materials to attain required 26 compaction density. 27 G. Make gradual changes in grade. Blend slopes into level areas. 28 3.5 FILLS 29 A. Roughen and loosen filled areas before placing of fill materials. 30 B. Spread suitable fill materials in uniform layers over area not to exceed 8" thick 31 compaction. 32 C. Wet and work materials as required for proper compaction and thoroughly mix. 33 Compaction shall be by tamping rollers or by utilizing excavation equipment to 34 spread and compact fill to a uniform density equal to natural density of material 35 before excavating. 36 D. Areas adjacent to building, or where compacting equipment cannot work, shall be 37 compacted with hand tampers. 38 E. Compact filled areas to 95% Standard Proctor and to lines and grades shown, with 39 allowances for a final layer of soil mix at least two (2") inch thick in lawn. 40 Compact areas under paving to 95% Standard Proctor. 41 F. Where fill is required at base of existing trees, place a maximum of six (6") inch 42 depth of gravel as directed by the Owner's representative. 43 3.5 BERMS AND SWALES 44 A. Mark location of berms and swales in the field for Landscape Architect approval 45 prior to grading. CITY OF FORT WORTH PARK RENOVATIONS AT CONSULTANT SPECIFICATION DOCUMENT 02189, 02190 ,02191 31 22 00 - 5 EARTHWORK Page 5 of 5 1 B. Use stake to mark height of bei s. 2 3.6 EXPLOSIVES 3 A. Use of explosives is strictly prohibited. 4 3.7 FINISH GRADING 5 A. After rough grading has been completed and site cleared of construction debris, 6 cover areas disturbed by construction or graded to provide new finish grades with a 7 layer of topsoil as specified in 32 92 00. 8 B. Reuse stockpiled topsoil, cleaned of foreign matter, or provide additional approved 9 topsoil as required in Section 32 92 00. 10 C. Final grades shall be as shown or as directed by Landscape Architect and shall 11 slope away from paving and shall provide drainage for area. Provide topsoil as 12 needed for grade transition from paving to existing grade. 13 D. Degree of finish shall be that ordinarily obtainable with blade grader or scraper 14 operations. 15 E. Finish surfaces shall not be more than 0.10 feet above or below established grade 16 elevation. 17 F. Provide uniform roundings at top and bottom of slopes and other breaks in grade. 18 Correct irregularities and areas where water will stand. 19 G. Uniformly distribute topsoil to required grades; feather back to where grades 20 remain unchanged. 21 H. Finish lawn and unpaved areas to be 1 'h-inch below top of walk and curbs. In area 22 of handicap access, as indicated on Drawings, finished lawn to be 1/4-inch below 23 top of paving. 24 I. Receive approval from Landscape Architect for for fine grading and shaping of 25 berms and swales. 26 3.8 PROTECTION, CLEAN-UP AND EXCESS MATERIALS 27 A. Protect grades from construction and weather damage, washing, erosion and 28 rutting, and repair such damage that occurs. 29 B. Correct any settlement below established grades to prevent ponding of water. 30 C. At locations where lime, concrete or other foreign matter has penetrated or been 31 mixed with earth, remove damaged earth and replace with clean material. 32 D. Remove excess stockpiled material, debris, waste, and other material from site and 33 leave work in clean finished condition for final acceptance. Contractor is 34 responsible for disposal of debris and excess materials. 35 36 37 END OF SECTION CITY OF FORT WORTH PARK RENOVATIONS AT CONSULTANT SPECIFICATION DOCUMENT 02189, 02190 ,02191 2 3 PART 1- GENERAL SECTION 31 23 16 UNCLASSIFIED EXCAVATION 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 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. Parking lots 10 b. Drainage Channels for low water crossing 11 c. Site Excavation for trails 12 d. Excavation for Structures including picnic pavilions, light poles, low water 13 crossing. 14 e. Or any other operation involving the excavation of on -site materials 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. Edited for specific site features listed in Paragraph 1.1. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 — Bidding Requirements, Contract Foinis and Conditions of the 19 Contract 20 2. Division 1 — General Requirements 21 3. Section 31 10 00 — Earthwork. 22 4. Section 33 41 10 - Reinforced Concrete Pipe. 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement and Payment 26 The work performed and the materials furnished in accordance with this 27 Item are subsidiary to the structure or Items being placed and no other 28 compensation will be allowed. 29 1.3 REFERENCES [NOT USED] 30 A. Definitions 31 1. Unclassified Excavation — Without regard to materials, all excavations shall be 32 considered unclassified and shall include all materials excavated. Any reference 33 to Rock or other materials on the Drawings or in the specifications is solely for 34 the City and the Contractor's information and is not to be taken as a classification 35 of the excavation. 36 1.4 ADMINSTRATIVE REQUIREMENTS 37 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 38 01. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 RENOVATIONS AT PARKS 02189, 02190, 02191 312316-2 UNCLASSIFIED EXCAVATION Page 2 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 10 requirements of OSHA excavation safety standards 29 CFR part 1926 and state 11 requirements. 12 1.10 DELIVERY, STORAGE, AND HANDLING 13 A. Storage 14 1. Within Existing Rights -of -Way (ROW) 15 a. Soil may be stored within existing ROW, easements or temporary construction 16 easements, unless specifically disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c. Provide erosion control in accordance with Section 31 25 00. 19 d. When the Work is performed in active traffic areas, store materials only in 20 areas barricaded as provided in the traffic control plans. 21 e. In non -paved areas, do not store material on the root zone of any trees or in 22 landscaped areas. 23 2. Designated Storage Areas 24 a. If the Contract Documents do not allow the storage of spoils within the ROW, 25 easement or temporary construction easement, then secure and maintain an 26 adequate storage location. 27 b. Provide an affidavit that rights have been secured to store the materials on 28 private property. 29 c. Provide erosion control in accordance with Section 31 25 00. 30 d. Do not block drainage ways. 31 1.11 FIELD CONDITIONS 32 A. Existing Conditions 33 1. Any data which has been or may be provided on subsurface conditions is not 34 intended as a representation or warranty of accuracy or continuity between soils. 35 It is expressly understood that neither the City nor the Engineer will be 36 responsible for interpretations or conclusions drawn there from by the 37 Contractor. 38 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH RENOVATIONS AT PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 02189, 02190, 02191 31 23 16 -3 UNCLASSIFIED EXCAVATION Page 3 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 1. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 RENOVATIONS AT PARKS 02189, 02190, 02191 31 23 16 -4 UNCLASSIFIED EXCAVATION Page 4 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 I. Drainage: During excavation, maintain grades as required to maintain drainage; or, 7 as directed by the Architect, install temporary drains or drainage ditches to intercept 8 or divert surface water and prevent interference or delay of the work. 9 J. Stockpiling: If at time of excavation it is not possible to place material in the proper 10 section of permanent construction, stockpile the material in Architect approved areas 11 for later use. 12 K. Stone or Rock: Stone or rock fragments greater than 6" will not be allowed in fills or 13 embankments. Stones or rock fragments larger than 2 inches in their greatest 14 dimension will not be permitted in top 6 inches of subgrade. 15 16 3.5 REPAIR [NOT USED] 17 3.6 RE -INSTALLATION [NOT USED] 18 3.7 FIELD QUALITY CONTROL 19 A. Subgrade Tolerances 20 1. Excavate to within 0.1 foot in all directions. 21 2. In areas of over excavation, Contractor provides fill material approved by the 22 City at no expense to the City. 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE [NOT USED] 29 3.14 ATTACHMENTS [NOT USED] 30 31 32 33 END OF SECTION CITY OF FORT WORTH RENOVATIONS AT PARKS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 02189, 02190, 02191 DATE 12/20/2012 1/28/13 NAME D. Johnson D. Johnson 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 Revision Log SUMMARY OF CHANGE 1.2 - Measurement and Payment Section modified; Blue Text added for clarification 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 28, 2013 RENOVATIONS AT PARKS 02189, 02190, 02191 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 7 1 SECTION 31 25 00 2 EROSION AND SEDIMENT CONTROL 3 PART 1- 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. Payment changed to lump sum for less than one acre. Silt fencing removed and 10 replaced with organic filter sock. Spec edited for scope of work at parks. 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. Storm Water Pollution Prevention Plan <1 acre 17 a. Measurement for this Item shall be by lump sum. 18 b. Payment 19 The work performed and the materials furnished in accordance with this Item 20 shall be paid for at the lump sum price. 21 2. Storm Water Pollution Prevention Plan > 1 acre 22 a. 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 "SWPPP > 1 acre". 26 c. The price bid shall include: 27 1) Preparation of SWPPP 28 2) Implementation 29 3) Permitting fees 30 4) Installation 31 5) Maintenance 32 6) Removal 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this Specification refer to the current reference 36 standard 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. ASTM Standard: 39 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 40 Fabrics —Diaphragm Bursting Strength Tester Method CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 7 1 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 2 of Geotextiles 3 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 4 of a Geotextile 5 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 6 Geomembranes and Related Products 7 3. Texas Commission on Environmental Quality (TCEQ) TPDES General Permit No. 8 TXR150000 9 4. TxDOT Departmental Material Specifications (DMS) 10 a. DMS-6230 "Temporary Sediment Control Fence Fabric" 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Storm Water Pollution Prevention Plan (SWPPP) 14 B. Construction Site Notice 15 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 16 1.7 CLOSEOUT SUBMITTALS [NOT USED] 17 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 18 1.9 QUALITY ASSURANCE [NOT USED] 19 1.10 DELIVERY, STORAGE AND HANDLING [NOT USED] 20 1.11 FIELD [SITE] CONDITIONS [NOT USED] 21 1.12 WARRANTY [NOT USED] 22 PART 2 - PRODUCTS 23 2.1 OWNER -FURNISHED fOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 24 2.2 PRODUCT TYPES AND MATERIALS 25 A. Rock Filter Dams 26 1. Aggregate 27 a. Furnish aggregate with hardness, durability, cleanliness and resistance to 28 crumbling, flaking and eroding acceptable to the Engineer. 29 b. Provide the following: 30 1) Types 1, 2 and 4 Rock Filter Dams 31 a) Use 3 to 6 inch aggregate. 32 2) Type 3 Rock Filter Dams. 33 a) Use 4 to 8 inch aggregate. 34 2. Wire 35 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 36 wires for Types 2 and 3 rock filter dams 37 b. Type 4 dams require: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 7 1 1) Double -twisted, hexagonal weave with a nominal mesh opening of 21 2 inches x 3 1 inches 3 2) Minimum 0.0866 inch steel wire for netting 4 3) Minimum 0.1063 inch steel wire for selvages and corners 5 4) Minimum 0.0866 inch for binding or tie wire 6 B. Stabilized Construction Entrances 7 1. Provide materials that meet the details shown on the Drawings and this Section. 8 a. Provide crushed aggregate for long and short-term construction exits. 9 b. Furnish aggregates that are clean, hard, durable and free from adherent coatings 10 such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials and organic 11 and injurious matter. 12 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 13 d. The aggregate shall be placed over a geotextile fabric meeting the following 14 criteria: 15 1) Tensile Strength of 300 pounds, per ASTM D4632 16 2) Puncture Strength of 120 pounds, per ASTM D4833 17 3) Mullen Burst Rate of 600 psi, per ASTM D3786 18 4) Apparent Opening Size of No. 40 (max), per ASTM D4751 19 C. Organic Filter Tube 20 1. The purpose of a filter tube is to slow the flow of sediment -laden runoff from 21 disturbed areas. Sediment and other pollutants are filtered out as the water flows 22 through the tube and organic media. Unless otherwise noted, the filter tube shall 23 have a minimum diameter of twelve (12) inches. 24 a. Chipped site vegetation, composted mulch or wood -based mulch with particle 25 size of fine (1/4" to 1/2") and coarse grades with no particulate sizes exceeding 26 3" in length. The mixture ratio should be or may include greater fraction of 27 coarser blend materials (1:2) (fine: coarse). 28 Table 1 29 Sand Gradation 1 Sieve # Maximum Retained (% by Weight) 1 1 4 3 percent 1 1 100 80 percent 1 1 200 95 percent 30 D. Temporary Sediment Control Fence 31 1. Provide a net -reinforced fence using woven geo-textile fabric. 32 2. Logos visible to the traveling public will not be allowed. 33 a. Fabric 34 1) Provide fabric materials in accordance with DMS-6230, "Temporary 35 Sediment Control Fence Fabric." 36 b. Posts 37 1) Provide essentially straight wood or steel posts with a minimum length of 38 48 inches, unless otherwise shown on the Drawings. 39 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 40 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 41 4) T- or L-shaped steel posts must have a minimum weight of 1.3 pounds per 42 foot. 43 c. Net Reinforcement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 7 1 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 2 mesh, with a maximum opening size of 2 x 4 inch, at least 24 inches wide, 3 unless otherwise shown on the Drawings. 4 d. Staples 5 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Storm Water Pollution Prevention Plan 14 1. Develop and implement the project's Storm Water Pollution Prevention Plan 15 (SWPPP) in accordance with the TPDES Construction General Permit TXR150000 16 requirements. Prevent water pollution from storm water runoff by using and 17 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 18 discharges to the MS4 from the construction site. 19 B. Control Measures 20 1. Implement control measures in the area to be disturbed before beginning 21 construction, or as directed. Limit the disturbance to the area shown on the 22 Drawings or as directed. 23 2. Control site waste such as discarded building materials, concrete truck washout 24 water, chemicals, litter and sanitary waste at the construction site. 25 3. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and 26 sedimentation resulting from construction operations, the Engineer will limit the 27 disturbed area to that which the Contractor is able to control. Minimize disturbance 28 to vegetation. 29 4. Immediately correct ineffective control measures. Implement additional controls as 30 directed. Remove excavated material within the time requirements specified in the 31 applicable storm water peanut. 32 5. Upon acceptance of vegetative cover by the City, remove and dispose of all 33 temporary control measures, temporary embankments, bridges, matting, falsework, 34 piling, debris, or other obstructions placed during construction that are not a part of 35 the finished work, or as directed. 36 C. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or 37 streambed. 38 D. Do not install temporary construction crossings in or across any water body without the 39 prior approval of the appropriate resource agency and the Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 31 25 00 -5 EROSION AND SEDIMENT CONTROL Page 5 of 7 1 E. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an 2 approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and 3 provide shelter for stored chemicals. 4 F. Installation and Maintenance 5 1. Perform work in accordance with the TPDES Construction General Permit 6 TXR150O0O. 7 2. When approved, sediments may be disposed of within embankments, or in areas 8 where the material will not contribute to further siltation. 9 3. Dispose of removed material in accordance with federal, state, and local 10 regulations. 11 4. Remove devices upon approval or when directed. 12 a. Upon removal, finish -grade and dress the area. 13 b. Stabilize disturbed areas in accordance with the permit, and as shown on the 14 Drawings or directed. 15 5. The Contractor retains ownership of stockpiled material and must remove it from 16 the project when new installations or replacements are no longer required. 17 G. Construction Entrances 18 1. When tracking conditions exist, prevent traffic from crossing or exiting the 19 construction site or moving directly onto a public roadway, alley, sidewalk, parking 20 area, or other right of way areas other than at the location of construction entrances. 21 2. Place the exit over a foundation course, if necessary. 22 a. Grade the foundation course or compacted subgrade to direct runoff from the 23 construction exits to a sediment trap as shown on the Drawings or as directed. 24 3. At drive approaches, make sure the construction entrance is the full width of the 25 drive and meets the length shown on the Drawings. 26 a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all 27 other points of ingress or egress or as directed by the Engineer. 28 H. Earthwork for Erosion Control 29 1. Perform excavation and embankment operations to minimize erosion and to remove 30 collected sediments from other erosion control devices. 31 a. Excavation and Embankment for Erosion Control Measures 32 1) Place earth dikes, swales or combinations of both along the low crown of 33 daily lift placement, or as directed, to prevent runoff spillover. 34 2) Place swales and dikes at other locations as shown on the Drawings or as 35 directed to prevent runoff spillover or to divert runoff. 36 3) Construct cuts with the low end blocked with undisturbed earth to prevent 37 erosion of hillsides. 38 4) Construct sediment traps at drainage structures in conjunction with other 39 erosion control measures as shown on the Drawings or as directed. 40 5) Where required, create a sediment basin providing 3,600 cubic feet of 41 storage per acre drained, or equivalent control measures for drainage 42 locations that serve an area with 10 or more disturbed acres at 1 time, not 43 including offsite areas. 44 b. Excavation of Sediment and Debris 45 1) Remove sediment and debris when accumulation affects the performance of 46 the devices, after a rain, and when directed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 7 1 I. Temporary Sediment -Control Fence 2 1. Provide temporary sediment -control fence near the downstream perimeter of a 3 disturbed area to intercept sediment from sheet flow. 4 2. Incorporate the fence into erosion -control measures used to control sediment in 5 areas of higher flow. Install the fence as shown on the Drawings, as specified in this 6 Section, or as directed. 7 a. Post Installation 8 1) Embed posts at least 18 inches deep, or adequately anchor, if in rock, with a 9 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 10 b. Fabric Anchoring 11 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 12 fabric. 13 2) Provide a minimum trench cross-section of 6 x 6 inches 14 3) Place the fabric against the side of the trench and align approximately 2 15 inches of fabric along the bottom in the upstream direction. 16 4) Backfill the trench, then hand -tamp. 17 c. Fabric and Net Reinforcement Attachment 18 1) Unless otherwise shown under the Drawings, attach the reinforcement to 19 wooden posts with staples, or to steel posts with T-clips, in at least 4 places 20 equally spaced. 21 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 22 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 23 every 15 inches or less. 24 d. Fabric and Net Splices 25 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 26 least 6 places equally spaced, unless otherwise shown under the Drawings. 27 a) Do not locate splices in concentrated flow areas. 28 2) Requirements for installation of used temporary sediment -control fence 29 include the following: 30 a) Fabric with minimal or no visible signs of biodegradation (weak fibers) 31 b) Fabric without excessive patching (more than 1 patch every 15 to 20 32 feet) 33 c) Posts without bends 34 d) Backing without holes 35 3.5 REPAIR/RESTORATION [NOT USED] 36 3.6 RE -INSTALLATION [NOT USED] 37 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 38 3.8 SYSTEM STARTUP [NOT USED] 39 3.9 ADJUSTING [NOT USED] 40 3.10 CLEANING 41 A. Waste Management 42 1. Remove sediment, debris and litter as needed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVAATIONS AT 02189, 02190, 02191 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 7 1 3.11 CLOSEOUT ACTIVITIES 2 A. Erosion control measures remain in place and are maintained until all soil disturbing 3 activities at the project site have been completed. 4 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 5 on areas not covered by permanent structures, or in areas where permanent erosion 6 control measures (i.e. riprap, gabions, or geotextiles) have been employed. 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE 9 A. Install and maintain the integrity of temporary erosion and sedimentation control 10 devices to accumulate silt and debris until earthwork construction and permanent 11 erosion control features are in place or the disturbed area has been adequately stabilized 12 as determined by the Engineer. 13 B. If a device ceases to function as intended, repair or replace the device or portions 14 thereof as necessary. 15 C. Perform inspections of the construction site as prescribed in the Construction General 16 Permit TXR150000. 17 D. Records of inspections and modifications based on the results of inspections must be 18 maintained and available in accordance with the permit. 19 3.14 ATTACHMENTS [NOT USED] 20 21 22 END OF SECTION Revision Log DATE NAME CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE PARK RENOVAATIONS AT 02189, 02190, 02191 321129-1 LIME TREATED BASE COURSES Page 1 of 9 1 SECTION 32 1129 2 LIME TREATED BASE COURSES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Treating subgrade, subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground, embankment, existing pavement; base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the Drawings. 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 12 16 - Asphalt Paving 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Hydrated Lime (NOT USED) 20 a. Measurement 21 1) Measurement for this Item shall be by the ton (dry weight) of Hydrated 22 Lime used to prepare slurry at the job site. 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 ton of Hydrated Lime. 27 c. The price bid shall include: 28 1) Furnishing the material 29 2) All freight involved 30 3) All unloading, storing, and handling 31 2. Commercial Lime Slurry (NOT USED) 32 a. Measurement 33 1) Measurement for this Item shall be by the ton (dry weight) as calculated 34 from the minimum percent dry solids content of the slurry multiplied by the 35 weight of the slurry in tons delivered. 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 ton of Commercial Lime Slurry. 40 c. The price bid shall include: 41 1) Furnishing the material 42 2) All freight involved 43 3) All unloading, storing, and handling CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-2 LIME TREATED BASE COURSES Page 2 of 9 1 3. Quicklime (NOT USED) 2 a. Measurement 3 1) Measurement for this Item shall be by the ton (dry weight) of Quicklime. 4 Measurement for Quicklime in slurry form shall be measured by the ton 5 (dry weight) of the Quicklime used to prepare the slurry. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under "Measurement" will be paid for at the unit 9 price bid per ton of Quicklime 10 c. The price bid shall include: 11 1) Furnishing the material 12 2) All freight involved 13 3) All unloading, storing, and handling 14 4. Lime Treatment 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of surface area as 17 established by the widths shown on the Drawings and the lengths measured 18 at placement. 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 Lime Treatment applied for: 23 a) Various depths 24 c. The price bid shall include: 25 1) Preparing the roadbed 26 2) Loosening, pulverizing application of lime, water content in the slurry 27 mixture and the mixing water 28 3) Mixing, shaping, sprinkling, compacting, finishing, curing and maintaining 29 4) Performing all manipulations required 30 1.3 REFERENCES 31 A. Definitions 32 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 33 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 34 delivered to a project in slurry form. 35 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 36 grades: 37 a. Grade DS — grade of "pebble" quicklime suitable for use in the preparation of 38 slurry for wet placing. 39 b. Grade S — finely graded quicklime for use only in the preparation of slurry for 40 wet placing. 41 B. Reference Standards 42 1. Reference standards cited in this specification refer to the current reference standard 43 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. ASTM International (ASTM): 46 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 47 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-3 LIME TREATED BASE COURSES Page 3 of 9 1 b. D6938, Standard Test Method for In -Place Density and Water Content of Soil 2 and Soil -Aggregate by Nuclear Methods (Shallow Depth) 3 3. Texas Department of Transportation (TXDOT): 4 a. Tex-101-E, Preparing Soil and Flexible Base Materials for Testing 5 b. Tex-140-E, Measuring Thickness of Pavement Layer 6 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 7 Commercial Lime Slurry 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY AND STORAGE 15 A. Truck Delivered Lime 16 1. Each truck ticket shall bear the weight of lime measured on certified scales. 17 2. Submit delivery tickets, certified by supplier, that include weight with each bulk 18 delivery of lime to the site. 19 1.11 SITE CONDITIONS 20 A. Start lime application only when the air temperature is at least 35°F and rising or is at 21 least 40°F. Measure temperature in the shade and away from artificial heat. 22 B. Suspend application when the City determines that weather conditions are unsuitable. 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. General 28 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 29 the Drawings and specifications. 30 2. Notify the City of the proposed material sources and of changes to material sources. 31 3. Obtain verification from the City that the specification requirements are met before 32 using the sources. 33 4. The City may sample and test project materials at any time before compaction. 34 B. Lime 35 1. Hydrated Lime 36 a. pumpable suspension of solids in water 37 b. solids portion of the mixture when considered as a basis of "solids content," 38 shall consist of principally hydrated lime of a quality and fineness sufficient to 39 meet the chemical and physical requirements. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 2. Dry Lime: Do not use unless approved by City. 3. Quicklime a. Use quicklime only when specified by the City. b. dry material consisting of essentially calcium oxide. c. Furnished in either of two grades: 1) Grade DS 2) Grade S 4. Furnish lime that meets the following requirements a. Chemical Requirements Total "active" lime content, percent by weight Unhydrated lime content, percent by weight CaO "Free Water" content, percent by weight water Table 2 Lime Chemical Requirements Hydrated Commercial Lime Lime Slurry 90.0 Min 87.0 Min 5.0 Max 5.0 Max b. Physical Requirements Table 3 Lime Physical Requirements Hydrated Commercial Lime Lime Slurry Wet Sieve Requirement, As percentage by Weight Residue: Retained on No. 6 sieve Retained on No. 30 sieve Dry Sieve Requirement, As percentage by Weight Residue: Retained on a 1-in sieve Retained on a 3/4 —in sieve Retained on a No. 100 sieve Retained on a No. 6 sieve 0.2 Max 4.0 Max 0.2 Max 4.0 Max 0.2 Max 1 0.2 Max 321129-4 LIME TREATED BASE COURSES Page 4 of 9 Quicklime 87.0 Min Quicklime 8.0 Max' 0.0 10.0 Max Grade Ds — 80 Min Grade S — no limits 8.0 Max' 1 The amount total "active" lime content, as CaO, in the material retained on the No. 6 sieve must not exceed 2.0% by weight of the original quicklime. c. Slurry Grades Grade 1 Grade 2 Grade 3 Table 4 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry 31 35 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-5 LIME TREATED BASE COURSES Page 5 of 9 1 2 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 3 11 23, for the type and grade shown on the Drawings, before the addition of lime. 4 D. Water: Furnish water free of industrial wastes and other objectionable material. 5 E. Borrow: See Section 31 23 23. 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. Shape the subgrade or existing base to conform to the typical sections shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 15 A. General 16 1. Produce a completed course of treated material containing: 17 a. uniform lime mixture, free from loose or segregated areas. 18 b. uniform density and moisture content. 19 c. well bound for full depth. 20 d. with smooth surface and suitable for placing subsequent courses. 21 2. Maximum layer depth of lime treatment in single layer: 8 inches. 22 3. For treated subgrade exceeding 8 inches deep, pulverize, apply lime, mix, compact 23 and finish in equal layers not exceeding 5 inches deep. 24 B. Equipment 25 1. General: Provide machinery, tools, and equipment necessary for proper execution 26 of the work. 27 2. Rollers 28 a. The Contractor may use any type of roller to meet the production rates and 29 quality requirements of the Contract unless otherwise shown on the Drawings 30 or directed. 31 b. When specific types of equipment are required, use equipment that meets the 32 specified requirements. 33 c. Alternate Equipment 34 1) Instead of the specified equipment, the Contractor may, as approved, 35 operate other compaction equipment that produces equivalent results. 36 2) Discontinue the use of the alternate equipment and furnish the specified 37 equipment if the desired results are not achieved. 38 d. City may require Contractor to substitute equipment if production rate and 39 quality requirements of the Contract are not met. 40 3. Storage Facility 41 a. Store quicklime and dry hydrated lime in closed, weatherproof containers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-6 LIME TREATED BASE COURSES Page 6 of 9 1 4. Slurry Equipment 2 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 3 quicklime on the project or other approved location. 4 b. The City may approve other slurrying methods. 5 c. Provide a pump for agitating the slurry when the distributor truck is not 6 equipped with an agitator. 7 5. Pulverization Equipment 8 a. Provide pulverization equipment that: 9 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 10 plane to a uniform surface over the entire width of the cut 11 2) Provides a visible indication of the depth of cut at all times, and uniformly 12 mixes the materials 13 C. Pulverization 14 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 15 1/2 inch sieve. 16 2. If the material cannot be uniformly processed to the required depth in a single pass, 17 excavate and windrow the material to expose a secondary grade to achieve 18 processing to depth as shown in the Drawings. 19 D. Application of Lime 20 1. Unifoilnly apply lime as shown on the Drawings or as directed. 21 2. Add lime at the percentage specified in Drawings. 22 3. Apply lime only on an area where mixing can be completed during the same 23 working day. 24 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 25 conditions, in the opinion of the City, cause blowing lime to become dangerous to 26 traffic or objectionable to adjacent property owners. 27 5. Slurry Placement 28 a. Hydrated Lime 29 1) Mix Lime with water and apply slurry 30 2) Apply Type B, commercial lime slurry, with a lime percentage not less 31 applicable for grade used 32 3) Distribute lime at the rate shown on the Drawings 33 4) Make successive passes over a measured surface of roadway until the 34 proper moisture and lime content have been achieved. 35 b. Quicklime 36 1) Spread the residue for the Quicklime slurrying procedure uniformly over 37 the length of the roadway. 38 2) Residue is primarily inert material with little stabilizing value; however, 39 may contain a small amount of Quicklime particles that slake slowly. A 40 concentration of these particles could cause the compacted stabilized 41 material to swell during slaking. 42 E. Mixing 43 1. Begin mixing within 6 hours of application of lime. 44 2. Hydrated lime exposed to the open air for 6 hours or more between application and 45 mixing, or that experiences excessive loss due to washing or blowing, will not be 46 accepted for payment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-7 LIME TREATED BASE COURSES Page 7 of 9 1 3. Thoroughly mix the material and lime using approved equipment. 2 4. Mix until a homogeneous, friable mixture of material and lime is obtained, free 3 from all clods and lumps. 4 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 5 6. Materials containing plastic clay or other materials that are not readily mixed with 6 lime shall be mixed as thoroughly as possible at the time of lime application, 7 brought to the proper moisture content and sealed with a pneumatic roller. 8 7. Allow the mixture to cure for 72 hours or as directed by City. 9 8. When pebble grade quicklime is used, allow the mixture to cure for 2 to 4 days. 10 9. Sprinkle the treated materials during the mixing and curing operation to achieve 11 adequate hydration and proper moisture content. 12 10. After curing, resume mixing until a homogeneous, friable mixture is obtained. 13 11. After mixing, City will sample the mixture at roadway moisture and test in 14 accordance with Tex-101-E, Part III, to determine compliance with the gradation 15 requirements in Table 5. 16 Table 5 17 Gradation Requirements (Minimum % Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 1 85 18 I No.4 1 60 19 F. Compaction 20 1. General 21 a. Begin compaction immediately after final mixing. 22 b. Aerate and sprinkle as necessary to provide optimum moisture content. 23 c. Multiple lifts are permitted when shown on the Drawings or approved. 24 d. Bring each layer to the moisture content directed. 25 2. Rolling 26 a. Begin rolling longitudinally at the sides and proceed toward the center, 27 overlapping on successive trips by at least one-half the width of the roller unit. 28 b. On superelevated curves, begin rolling at the low side and progress toward the 29 high side. 30 c. Offset alternate trips of the roller. 31 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 32 e. Rework, recompact, and refinish material that fails to meet or that loses 33 required moisture, density, stability, or finish before the next course is placed or 34 the project is accepted. 35 1) Continue work until specification requirements are met. 36 2) Rework in accordance with Maintenance item of this Section. 37 f. Proof roll the lime treated base course in accordance with the following: 38 1) Proof Rolling 39 a) City Project Representative must be on -site during proof rolling 40 operations. 41 b) Use equipment that will apply sufficient load to identify soft spots that 42 rut or pump. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-8 LIME TREATED BASE COURSES Page 8 of 9 1 (1) Acceptable equipment includes fully loaded single -axle water truck 2 with a 1500 gallon capacity. 3 c) Make at least 2 passes with the proof roller (down and back = 1 pass). 4 d) Offset each trip by at most 1 tire width. 5 e) If an unstable or non -uniform area is found, correct the area. 6 2) Correct 7 a) Soft spots that rut or pump greater than 3/4 inch. 8 b) Areas that are unstable or non -uniform. 9 3. Density Control 10 a. Compact until the entire depth of the mixture has achieved a uniform density of 11 not less than 95 percent of the maximum density as deteiulined by ASTM 12 D698. 13 b. Moisture content: minus 2 to plus 4 optimum. 14 G. Maintenance 15 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 16 to grade, crown and cross section until the overlaying or next course is constructed. 17 2. Keep surface of the compacted course moist until covered by other base or 18 pavement. 19 3. Reworking a Section 20 a. When a section is reworked within 72 hours after completion of compaction, 21 rework the section to provide the required density. 22 b. When a section is reworked more than 72 hours after completion of 23 compaction, add additional lime at 25 percent of the percentage specified. 24 c. Reworking includes loosening, adding material or removing unacceptable 25 material if necessary, mixing as directed, compacting, and finishing. 26 H. Finishing 27 1. After completing compaction of the final course, clip, skin, or tight -blade the 28 surface of the lime -treated material with a maintainer or subgrade trimmer to a 29 depth of approximately 1/4 inch. 30 2. Remove loosened material and dispose of at an approved location. 31 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 32 surface is attained. 33 4. Add small amounts of water as needed during rolling. 34 5. Shape and maintain the course and surface in conformity with the typical sections, 35 lines, and grades shown on the Drawings or as directed. 36 I. Curing 37 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 38 type: 39 a. Concrete pavement 40 1) Sprinkle with water 41 2) Maintain moisture during curing 42 3) Do not allow equipment on the finished course during curing except as 43 required for sprinkling. 44 b. Asphalt Pavement 45 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 46 2) Do not allow equipment on the finished course during curing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 Table 6 2 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing (Days) PI 5 35 2 PI > 35 1 5 1. Subject to the approval of the City. Proof rolling may be required as an indicator of adequate curing. 3 2. Begin paving operations or add courses within 14 calendar days of final 4 compaction. 5 3.5 REPAIR/RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 QUALITY CONTROL 8 A. Density Test 9 1. City Project Representative must be on site during density testing 10 2. City to measure density of lime treated base course in accordance with ASTM 11 D6938. 12 3. Spacing directed by City (1 per block minimum). 13 4. City Project Representative determines density testing locations. 14 B. Depth Test 15 1. In -place depth will be evaluated for each 500-foot roadway section 16 2. Determine in accordance with Tex-140-E in hand excavated holes. 17 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 18 4. City Project Representative determines depth testing locations. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 27 DATE NAME END OF SECTION Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 SUMMARY OF CHANGE PARK RENOVATIONS AT 02189, 02190, 02191 Shaping the Built Environment SECTION 32 12 16 — ASPHALT PAVING PART 1 - GENERAL 1.1 RELATED DOCUMENTS 321216-1 ASPHALT PAVING Page 1 of 8 A. The Terms and Conditions of the Contract, including Supplementary and Special Conditions of the Contract, and the Drawings apply to this Section. 1.2 SUMMARY A. Section includes furnishing and installing asphalt concrete paving including prime coat, tack coats, and related work as shown and detailed on the Drawings. B. Measurement and payment per square yard for base course and surface coat including related work items. 1.3 RELATED SECTIONS A. SECTION 31 22 00 — EARTHWORK 1.4 REFERENCES A. Geotechnical Report B. TxDOT: Texas Department of Transportation Standard Specifications for Construction of Highways, Streets and Bridges, TxDOT 2004 edition 1. TxDOT Item 340 — Dense -Graded Hot -Mix Asphalt C. ASTM: American Society for Testing and Materials, 1916 Race Street, Philadelphia, Penn- sylvania 19103, U.S.A. 1. ASTM D946 — Standard Specification for Penetration -Graded Asphalt Cement for Use in Pavement Construction 2. ASTM D977 - Standard Specification for Emulsified Asphalt 3. ASTM D2027 — Standard Specification for Cutback Asphalt (Medium -Curing Type) 4. ASTM D2397 - Standard Specification for Cationic Emulsified Asphalt 1.5 SUBMITTALS A. Contractor shall certify the mixing plant will conform to the requirements of TxDOT Item 340. JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 Shaping the Built Environment 321216-2 ASPHALT PAVING Page 2 of 8 B. Mix design reports for Type D mixture in accordance with TxDOT Test Method Tex-204-F. 1.6 DELIVERY, STORAGE AND HANDLING A. Asphaltic Concrete Material shall be hauled in tight trucks previously cleaned of all dirt and foreign material with the load completely covered by canvas. PART 2 - PRODUCTS 2.1 PRIME COAT A. Provide grade MC-30 in accordance with ASTM D2027. 2.2 TACK COAT A. Tack Coat: ASTM D977 emulsified asphalt, or ASTM D2397 cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and consistency for application. 2.3 HOT MIX ASPHALTIC CONCRETE SURFACE COURSE A. The asphaltic concrete surface course shall be plant mixed, hot laid TxDOT Item 340 Type D (Fine Graded Surface Course) meeting the master specifications requirements in listed below. The mix is to be designed for a stability of 40 (minimum) when tested in accordance with TxDOT Test Method Tex-208-F. The asphalt cement content by percent of total mixture weight shall fall within a tolerance of -0.2 to +0.4 percent asphalt cement from the specific mix. The grade of asphalt cement shall be PG 64-22, ASTM D946. In addition, the mix shall be designed so that 75 to 85 percent of the voids in the mineral aggregate (VMA) are filled with asphalt cement. The coarse aggregate shall be crushed limestone, not gravel. Aggregates known to be prone to stripping should not be used in the hot mix. The mix shall have at least 70 percent strength retention when tested in accordance with Tex-531-C. Master Gradation Bands (% Passing by Weight or Volume) Sieve Size % Passing 3/4" 1/2" 98.0 — 100.0 3/8" 85.0 — 100.0 #4 50.0 — 70.0 #8 35.0 — 46.0 #30 15.0 — 29.0 #50 7.0 — 20.0 #200 2.0 — 7.0 2.4 HOT MIX ASPHALTIC CONCRETE BASE COURSE JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 i i Shaping the Built Environment 321216-3 ASPHALT PAVING Page 3 of 8 A. The asphaltic concrete base course shall be plant mixed, hot laid TxDOT Item 340 Type A (Coarse Base) or Type B (Fine Base) meeting the master specifications requirements in listed below. The mix is to be designed for a stability of 40 (minimum) when tested in accordance with TxDOT Test Method Tex-208-F. The asphalt cement content by percent of total mixture weight shall fall within a tolerance of -0.2 to +0.4 percent asphalt cement from the specific mix. The grade of asphalt cement shall be PG 64-22, ASTM D946. In addition, the mix shall be designed so to have a minimum 12.0 (Type A) or 13.0 (Type B) percent voids in mineral aggregate (VMA). Aggregates known to be prone to stripping should not be used in the hot mix. The mix shall have at least 70 percent strength retention when tested in accordance with Tex-531-C. 2.5 EQUIPMENT Type A Master Gradation Bands (% Passing by Weight or Volume) Sieve Size 1 1/2" 1" 3/4" 1/2" 3/8" #4 #8 #30 #50 #200 % Passing 98.0 - 100.00 78.0 - 94.0 64.0 - 85.0 50.0 - 70.0 30.0 - 50.0 22.0 - 36.0 8.0 - 23.0 3.0 - 19.0 2.0 - 7.0 Type B Master Gradation Bands (% Passing by Weight or Volume) Sieve Size % Passing 1 1/2" - 1" 98.0 - 100.0 3/4" 84.0-98.0 1/2" - 3/8" 60.0 - 80.0 #4 40.0 - 60.0 #8 29.0 - 43.0 #30 13.0 - 28.0 #50 6.0 - 20.0 #200 2.0 - 7.0 A. All equipment shall comply with the requirements below: 1. Asphalt Paver: Furnish a paver that will produce a finished surface that meets longitudi- nal and transverse profile, typical section, and placement requirements. Ensure paver does not support the weight of any portion of hauling equipment other than the connec- tion. Provide loading equipment that does not transmit vibration or other motions to the paver that adversely affect the finished pavement quality. Equip the paver with an auto- JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 Shaping the Built Environment 321216-4 ASPHALT PAVING Page 4 of 8 matic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. a. Tractor Unit: Supply tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. Equip the unit with a hitch sufficient to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. b. Screed: Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement require- ments. Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. c. Grade Reference: Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 in. between supports. Ensure that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile string line, or matching shoes. Furnish paver skis or mobile string line at least 40 ft. long unless otherwise approved. 2. Material Transfer Devices: Ensure the devices provide a continuous , uniform mixture flow to the asphalt paver, 3. Remixing: When required, provide equipment that includes a pug mill, variable pitch au- gers, or variable diameter augers operating under a storage unit with a minimum capacity of 8 tons. 4. Motor Grader: When allowed, provide a self-propelled grader with a blade length of at least 12 ft. and a wheelbase of at least 16 ft. 5. Handheld Infrared Thermometer: Provide a handheld infrared thermometer meeting the requirements of Tex-244-F. 6. Straightedges and Templates: Furnish 10 ft. straightedges and other templates as required or approved. 7. Coring Equipment: When coring is required, provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing. 8. Rollers: a. Pneumatic Tire Rollers — Pneumatic tire rollers consist of rubber wheels on axels mounted in a frame with either a loading platform or body suitable for ballast load- ing. Arrange the rear tires to cover the gapes between adjacent tires of the forward group. Furnish rollers capable of forward and backward motion, Compact asphalt pavements and surface treatments with a roller equipped with smooth -tread tires. Compact without damaging the surface. When necessary, moisten the wheels with water or an approved asphalt release agent. Select and maintain the operating load and tire pressure within the range of the manufacturer's charts or tabulations to attain maximum compaction. Furnish the manufacturer's charts or tabulations showing the contact areas and contact pressures for the full range of loadings for the particular tires furnished. Maintain individual tire inflation pressures within 5 psi of each other. Provide uniform compression under all tires. PART 3 - EXECUTION JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 J Shaping the Built Environment 3.1 INSPECTION 321216-5 ASPHALT PAVING Page 5 of 8 A. Proof -roll prepared subbase and base course surfaces to check for unstable areas and areas requiring additional compaction or which have become wet beyond acceptable limits. Do not begin paving work until deficient areas have been corrected and are ready to receive paving. 3.2 PRIME COAT A. Conditions 1. Prime coat shall not be applied when the air temperature is below 60 degrees F and fall- ing, but it may be applied when the temperature is above 50 degrees F and is rising; the air temperature being taken in the shade and away from artificial heat. B. Preparation 1. Clean the surface by sweeping with a vacuum sweeper or other approved methods as di- rected by the Engineer. C. Application 1. Apply with an approved sprayer. Prime coat shall be applied at a rate not to exceed 0.20 gallons per square yard over compacted base material, smoothly and evenly, and shall be cured for 24 hours minimum. During the application of prime coat care shall be taken to prevent splattering of adjacent pavement, curbs, gutters or structures. 3.3 TACK COAT A. Preparation 1. Clean the surface by sweeping with a vacuum sweeper or other approved methods as di- rected by the Engineer. B. Application 1. Apply with an approved sprayer. Tack coat shall be applied at a rate not to exceed 0.10 gallons per square yard over the surface, smoothly and evenly. All contact surfaces of curbs and surfaces and all joints shall be painted with a thin uniform coat of the tack coat material. During the application of prime coat care shall be taken to prevent splattering of adjacent pavement, curbs, gutters or structures. 3.4 SURFACE COURSE A. Conditions 1. The asphaltic mixture, when placed with a spreading and finishing machine, or the tack coat shall be placed when the air temperature is at least 50 degrees F. JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 Shaping the Built Environment 321216-6 ASPHALT PAVING Page 6 of 8 2. The asphaltic mixture, when placed with a motor grader, shall not be placed when the air temperature is below 55 degrees F and is falling, but may be placed when the air tem- perature is above 45 degrees F and is rising. 3. The air temperature shall be taken in the shade and away from artificial heat. 4. If, after being discharged from the mixer and prior to placing, the temperature of the as- phaltic mixture falls below 200 degrees F, it will be rejected. B. The surface course shall be the thickness as shown on the drawings and spread in one lift. Spread the lift in such a manner that when compacted, the finished course will be smooth, of uniform density, and to section, line and grade as shown on the drawings. All surface course placement shall meet the requirements of TxDOT Item 300. 3.5 ROLLING A. Use a Troxler nuclear density gauge to determine rolling pattern. B. Begin rolling while pavement is still hot and as soon as it will bear the roller without undue displacement or hair cracking. To prevent adhesion of surface mixture to the roller, keep wheels properly moistened with water. Excessive use of water will not be permitted. Com- plete compaction before mix temperature cools to 185 degrees F. C. Compress the surface thoroughly and uniformly, first with power -driven, 3-wheel, or tandem rollers weighing a minimum of 12 tons. Obtain subsequent compression by starting at the side and rolling longitudinally toward the center of the pavement, overlapping on successive trips by at least on -half width of rear wheels. Make alternate trips slightly different in length. Continue rolling until not further compression can be obtained and all rolling marks are elim- inated. D. Use a tandem roller for the fmal rolling. Double coverage with an approved pneumatic roller on asphaltic concrete surface is acceptable after flat wheel and tandem rolling has been com- pleted. E. All rolling compaction shall be completed before the mixture temperature drops below 175 degrees F. 3.6 HAND TAMPING A. Along walls, curbs, headers and similar structures, and in all locations not accessible to roll- ers, compact the mixture thoroughly with a vibrating plate compactor. 3.7 DENSITY A. Compact the surface course to the density between 91 and 95 percent of the maximum theo- retical density as measured by TEX-227-F. If, during the construction, the results of density tests show that either the compacted base course, binder course or surface course has a densi- ty less than specified, an additional rolling with a 3-wheel or pneumatic roller will be re- quired. Such a rolling shall be done before the mix cools if it is to be successful. JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 IIle Shaping the Built Environment 3.8 SURFACE TESTS 32 12 16 - 7 ASPHALT PAVING Page 7 of 8 A. The Contractor shall conduct surface testing. The completed surface, when tested with a 16 foot straightedge laid parallel to the center line of the pavement, shall show no deviation in excess of 3/16 inch per foot from the nearest point of contact. The maximum ordinate meas- ured from the face of the straightedge shall not exceed 1/4 inch at any point. Furnish ap- proved templates for checking subgrade in finished sections. The strength and rigidity of templates shall be such that if a support is transferred to center, no deflection is excess of 1/8 inch will be observed. 3.9 CONSTRUCTION JOINTS A. Place courses as nearly continuously as possible. Pass the roller over unprotected ends of the freshly laid mixture only when the mixture has become chilled. When work is resumed, cut back the laid material to produce a slightly beveled edge for the full thickness of the course. Remove old material which has been cut away and lay the new mix against the fresh cut. 3.10 DEFECTIVE PAVEMENT A. Recompact pavement sections not meeting specified densities or replace them with new as- phaltic concrete material. Replace with new material section of surface course pavement not meeting surface test requirements or having an unacceptable surface texture. Patch asphalt pavement sections in accordance with procedures established by the Asphalt Institute. Re- place asphalt pavement sections which did not meet the specifications. 3.11 DEFICIENT SURFACE THICKNESS A. Any area of asphalt surface found deficient in thickness by more than 0.25 inches, and if low and causing ponding, shall be removed and replaced, at the Contractor's expense, with asphalt surface of the thickness shown on the drawings. Care should be taken not to damage or re- move the pavement below the asphalt surface. Should damage to the pavement below the as- phalt surface occur, it shall also be removed and replaced at the Contractor's expense. B. No additional payment over the contract price will be made for any asphalt surface of a thickness exceeding that required by the drawings. 3.12 QUALITY CONTROL TESTING A. Perform, document and report the following quality control tests. B. Bulk specific gravity tests of the in -place, compacted bituminous mixtures in accordance with TxDOT Test Method Tex-207-F, Part I. C. For Type D mixture take three (3) cores for each 500 tons placed. JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 Shaping the Built Environment 11 END OF SECTION 32 12 16 321216-8 ASPHALT PAVING Page 8 of 8 JQ MASTER SPEC PARK RENOVATIONS AT Revised May 2011 02189 ,02190, 02191 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 32 13 13 CONCRETE PAVING 321313-1 CONCRETE PAVING Page 1 of 20 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. Box culverts removed. 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321313-2 CONCRETE PAVING Page 2 of 20 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33, Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 17 g. C150, Portland Cement 18 h. C156, Water Retention by Concrete Curing Materials 19 i. C 172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260, Air Entraining Admixtures for Concrete 21 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 22 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 23 m. 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. ACI318 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 2.4.A. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 -3 CONCRETE PAVING Page 3 of 20 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting (ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting (ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2 - PRODUCTS 26 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used, conform to the appropriate specification: 32 1. Air -Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 -4 CONCRETE PAVING Page 4 of 20 1 E. Steel Reinforcement: ASTM A615. 2 F. Steel Wire Reinforcement: Not used for concrete pavement. 3 G. Dowels and Tie Bars 4 1. Dowel and tie bars: ASTM A615. 5 2. Dowel Caps 6 a. Provide dowel caps with enough range of movement to allow complete closure 7 of the expansion joint. 8 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 9 have an internal diameter sufficient to permit the cap to freely slip over the bar. 10 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 11 and one end of the cap shall be rightly closed. 12 3. Epoxy for Dowel and Tie Bars: ASTM C881. 13 a. See following table for approved producers of epoxies and adhesives 14 Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 15 16 b. Epoxy Use, Storage and Handling 17 1) Package components in airtight containers and protect from light and 18 moisture. 19 2) Include detailed instructions for the application of the material and all 20 safety information and warnings regarding contact with the components. 21 3) Epoxy label requirements 22 a) Resin or hardener components 23 b) Brand name 24 c) Name of manufacturer CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189,02190,02191 32 13 13 - 5 CONCRETE PAVING Page 5 of 20 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning, extreme thickening, or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs, representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 I. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stock of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood, knots, clustered 35 birdseyes, checks and splits. 36 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in lengths equal to the width between 39 longitudinal joints, and may be furnished in strips or scored sheet of the 40 required shape. 41 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 42 Drawings; the width shall be not less than that shown on the Drawings, providing 43 for the top seal space. 44 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 45 requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 6 CONCRETE PAVING Page 6 of 20 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 damp concrete surface at the specified rate of 10 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check, peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only, which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C 156 Water Retention by Concrete 21 Curing Materials, the liquid membrane -forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.01-oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations, the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities, type, and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A. Abrasion of coarse aggregates 46 c. Once mix design approved by City, maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 -7 CONCRETE PAVING Page 7 of 20 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. 44 45 b. Slump 46 1) Slump requirements for pavement and related concrete shall be as specified 47 in the following table: 48 49 Concrete Pavement Slump Requirements Concrete Use Recommended Design and Placement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Maximum Acceptable Placement PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 8 CONCRETE PAVING Page 8 of 20 Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 1 2 2) No concrete shall be permitted with slump in excess of the maximums 3 shown. 4 3) Any concrete mix failing to meet the above consistency requirements, 5 although meeting the slump requirements, shall be considered 6 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 7 conditions. 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 INSTALLATION 13 A. Equipment 14 1. All equipment necessary for the construction of this item shall be on the project. 15 2. The equipment shall include spreading devices (augers), internal vibration, 16 tamping, and surface floating necessary to finish the freshly placed concrete in such 17 a manner as to provide a dense and homogeneous pavement. 18 3. Machine -Laid Concrete Pavement 19 a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms 20 that are unifoin,ly supported on a very firm subbase to prevent sagging under 21 the weight of machine. 22 b. Slip -Form Paver 23 1) Slip -form paving equipment shall be provided with traveling side forms of 24 sufficient dimensions, shape and strength so as to support the concrete 25 laterally for a sufficient length of time during placement. 26 2) City may reject use of Slip -Form Paver if paver requires over -digging and 27 impacts trees, mailboxes or other improvements. 28 4. Hand -Laid Concrete Pavement 29 a. Machines that do not incorporate these features, such as roller screeds or 30 vibrating screeds, shall be considered tools to be used in hand -laid concrete 31 construction, as slumps, spreading methods, vibration, and other procedures are 32 more common to hand methods than to machine methods. 33 5. City may reject equipment and stop operation if equipment does not meet 34 requirements. 35 B. Concrete Mixing and Delivery 36 1. Transit Batching: shall not be used — onsite mixing not permitted CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321313-9 CONCRETE PAVING Page 9 of 20 1 2. Ready Mixed Concrete 2 a. The concrete shall be produced in an approved method conforming to the 3 requirements of this specification and ASTM C94/C94M. City shall have access 4 ready mix to get samples of materials. 5 b. City shall have access to ready mix plant to obtain material samples. 6 c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate 7 Procedure 2: 8 1) As the mixer is being emptied, individual samples shall be taken after the 9 discharge of approximately 15 percent and 85 percent of the load. 10 2) The method of sampling shall provide that the samples are representative of 11 widely separated portions, but not from the very ends of the batch. 12 d. The mixing of each batch, after all materials are in the drum, shall continue until 13 it produces a thoroughly mixed concrete of uniform mass as determined by 14 established mixer performance ratings and inspection, or appropriate uniformity 15 tests as described in ASTM C94. 16 e. The entire contents of the drum shall be discharged before any materials are 17 placed therein for the succeeding batch. 18 f. Retempering or remixing shall not be permitted. 19 3. Delivery 20 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 21 City to prevent cold joint. 22 4. Delivery Tickets 23 a. For all operations, the manufacturer of the concrete shall, before unloading, 24 furnish to the purchaser with each batch of concrete at the site a delivery ticket 25 on which is printed, stamped, or written, the following information to determine 26 that the concrete was proportioned in accordance with the approved mix design: 27 1) Name of concrete supplier 28 2) Serial number of ticket 29 3) Date 30 4) Truck number 31 5) Name of purchaser 32 6) Specific designation of job (name and location) 33 7) Specific class, design identification and designation of the concrete in 34 conformance with that employed in job specifications 35 8) Amount of concrete in cubic yards 36 9) Time loaded or of first mixing of cement and aggregates 37 10) Water added by receiver of concrete 38 11) Type and amount of admixtures 39 C. Subgrade 40 1. When manipulation or treatment of subgrade is required on the Drawings, the work 41 shall be performed in proper sequence with the preparation of the subgrade for 42 pavement. 43 2. The roadbed shall be excavated and shaped in conformity with the typical sections 44 and to the lines and grades shown on the Drawings or established by the City. 45 3. All holes, ruts and depressions shall be filled and compacted with suitable material 46 and, if required, the subgrade shall be thoroughly wetted and reshaped. 47 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 48 corrected. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 10 CONCRETE PAVING Page 10 of 20 1 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 2 density as determined by ASTM D698. 3 6. Moisture content shall be within minus 1 percent to plus 4 percent of optimum. 4 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 5 pavement to ensure its being in a firm and moist condition. 6 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 7 of the work. 8 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 9 place concrete pavement. 10 10. After the specified moisture and density are achieved, the Contractor shall maintain 11 the subgrade moisture and density in accordance with this Section. 12 11. In the event that rain or other conditions may have adversely affected the condition 13 of the subgrade or base, additional tests may be required as directed by the City. 14 D. Placing and Removing Foil is 15 1. Placing Forms 16 a. Forms for machine -laid concrete 17 1) The side forms shall be metal, of approved cross section and bracing, of a 18 height no less than the prescribed edge thickness of the concrete section, 19 and a minimum of 10 feet in length for each individual form. 20 2) Forms shall be of ample strength and staked with adequate number of pins 21 capable of resisting the pressure of concrete placed against them and the 22 thrust and the vibration of the construction equipment operating upon them 23 without appreciable springing, settling or deflection. 24 3) The forms shall be free from warps, bends or kinks and shall show no 25 variation from the true plane for face or top. 26 4) Forms shall be jointed neatly and tightly and set with exactness to the 27 established grade and alignment. 28 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 29 advance of the paving operations. 30 6) In no case shall the base width be less than 8 inches for a form 8 inches or 31 more in height. 32 7) Forms must be in firm contact with the subgrade throughout thcir length 33 and base width. 34 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 35 or other additional supports may be necessary to provide the required 36 stability. 37 b. Faints for hand -laid concrete 38 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 39 inches in thickness or equivalent when wooden forms are used, or be of a 40 gauge that shall provide equivalent rigidity and strength when metal forms 41 are used. 42 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 43 wood fonaus shall be used. 44 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 45 shall be rejected. 46 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 47 operations shall be stopped the forms reset to line and grade and the pavement then 48 brought to the required section and thickness. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321313 -11 CONCRETE PAVING Page 11 of 20 1 3. Cleaning. Forms shall be thoroughly cleaned after each use. 2 4. Removal. 3 a. Forms shall remain in place until the concrete has taken its final set. 4 b. Avoid damage to the edge of the pavement when removing forms. 5 c. Repair damage resulting from form removal and honeycombed areas with a 6 mortar mix within 24 hours after form removal unless otherwise approved. 7 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 8 after a bulkhead for a transverse construction joint has been removed unless 9 otherwise approved. 10 e. When forms are removed before 72 hours after concrete placement, promptly 11 apply membrane curing compound to the edge of the concrete pavement. 12 E. Placing Reinforcing Steel, Tie, and Dowel Bars 13 1. General 14 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 15 as shown on the Drawings. 16 b. All reinforcing steel shall be clean, free from rust in the form of loose or 17 objectionable scale, and of the type, size and dimensions shown on the 18 Drawings. 19 c. Reinforcing bars shall be securely wired together at the alternate intersections 20 and all splices and shall be securely wired at each intersection dowel and load- 21 transmission unit intersected. 22 d. All bars shall be installed in their required position as shown on the Drawings. 23 e. The storing of reinforcing or structural steel on completed roadway slabs 24 generally shall be avoided and, where permitted, such storage shall be limited 25 to quantities and distribution that shall not induce excessive stresses. 26 2. Splices 27 a. Provide standard reinforcement splices by lapping and tying ends. 28 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 29 the Drawings. 30 3. Installation of Reinforcing Steel 31 a. All reinforcing bars and bar mats shall be installed in the slab at the required 32 depth below the finished surface and supported by and securely attached to bar 33 chairs installed on prescribed longitudinal and transverse centers as shown by 34 sectional and detailed drawings on the Drawings. 35 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 36 on the Drawings and shall be approved by the City prior to extensive 37 fabrication. 38 c. After the reinforcing steel is securely installed above the subgrade as specified 39 in Drawings and as herein prescribed, no loading shall be imposed upon the 40 bar mats or individual bars before or during the placing or finishing of the 41 concrete. 42 4. Installation of Dowel Bars 43 a. Install through the predrilled joint filler and rigidly support in true horizontal 44 and vertical positions by an assembly of bar chairs and dowel baskets. 45 b. Dowel Baskets 46 1) The dowels shall be held in position exactly parallel to surface and 47 centerline of the slab, by a dowel basket that is left in the pavement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 12 CONCRETE PAVING Page 12 of 20 1 2) The dowel basket shall hold each dowel in exactly the correct position so 2 firmly that the dowel's position cannot be altered by concreting operations. 3 c. Dowel Caps 4 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 5 direction. 6 5. Tie Bar and Dowel Placement 7 a. Place at mid -depth of the pavement slab, parallel to the surface. 8 b. Place as shown on the Drawings. 9 6. Epoxy for Tie and Dowel Bar Installation 10 1) Epoxy bars as shown on the Drawings. 11 2) Use only drilling operations that do not damage the surrounding operations. 12 3) Blow out drilled holes with compressed air. 13 4) Completely fill the drilled hole with approved epoxy before inserting the tie 14 bar into the hole. 15 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 16 F. Joints 17 1. Joints shall be placed where shown on the Drawings or where directed by the City. 18 2. The plane of all joints shall make a right angle with the surface of the pavement. 19 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 20 4. Joint Dimensions 21 a. The width of the joint shall be shown on the Drawings, creating the joint 22 sealant reservoir. 23 b. The depth of the joint shall be shown on the Drawings. 24 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 25 recommendations. 26 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 27 surface at the center of the joint. 28 5. Transverse Expansion Joints 29 a. Expansion joints shall be installed perpendicularly to the surface and to the 30 centerline of the pavement at the locations shown on the Drawings, or as 31 approved by the City. 32 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 33 approved by the City. 34 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 35 approved by the City, and shall be installed at the specified spacing. 36 d. Support dowel bars with dowel baskets. 37 e. Dowels shall restrict the free opening and closing of the expansion join and 38 shall not make planes of weaknesses in the pavement. 39 f. Greased Dowels for Expansion Joints. 40 1) Coat dowels with a thin film of grease or other approved de -bonding 41 material. 42 2) Provide dowel caps on the lubricated end of each dowel bar. 43 g. Proximity to Existing Structures. When the pavement is adjacent to or around 44 existing structures, expansions joints shall be constructed in accordance with 45 the details shown on the Drawings. 46 6. Transverse Contraction Joints 47 a. Contraction or dummy joints shall be installed at the locations and at the 48 intervals shown on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 13 CONCRETE PAVING Page 13 of 20 1 b. Joints shall be of the design width, and spacing shown on the Drawings, or as 2 approved by the City. 3 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 4 approved by the City, and shall be installed at the specified spacing. 5 d. Joints shall be sawed into the completed pavement surface as soon after initial 6 concrete set as possible so that some raveling of the concrete is observed in 7 order for the sawing process to prevent uncontrolled shrinkage cracking. 8 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 9 1/3 inch (1/4 inch permitted if limestone aggregate used) of the actual 10 pavement thickness, or deeper if so indicated on the Drawings. 11 f. Complete sawing as soon as possible in hot weather conditions and within a 12 maximum of 24 hours after saw cutting begins under cool weather conditions. 13 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 14 the point where some raveling is observed. 15 h. Damage by blade action to the slab surface and to the concrete immediately 16 adjacent to the joint shall be minimized. 17 i. Any portion of the curing membrane which has been disturbed by sawing 18 operations shall be restored by spraying the areas with additional curing 19 compound. 20 7. Transverse Construction Joints 21 a. Construction joints formed at the close of each day's work or when the placing 22 of concrete has been stopped for 30-minutes or longer shall be constructed by 23 use of metal or wooden bulkheads cut true to the section of the finished 24 pavement and cleaned. 25 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 26 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 27 surface and at right angles to the centerline of the pavement. 28 d. Edges shall be rounded to 1/4 inch radius. 29 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 30 the work. 31 8. Longitudinal Construction Joints 32 a. Longitudinal construction joints shall be of the type shown on the Drawings. 33 9. Joint Filler 34 a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the 35 Drawings. 36 b. Redwood Board joints shall be used for all pavement joints except for 37 expansion joints that are coincident with a butt joint against existing 38 pavements. 39 c. Boards with less than 25-percent of moisture at the time of installation shall be 40 thoroughly wetted on the job. 41 d. Green lumber of much higher moisture content is desirable and acceptable. 42 e. The joint filler shall be appropriately drilled to admit the dowel bars when 43 required. 44 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 45 slab. The top edge shall be held approximately 1/2 inch below the finished 46 surface of the pavement in order to allow the finishing operations to be 47 continuous. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321313-14 CONCRETE PAVING Page 14 of 20 1 g. The joint filler may be composed of more than one length of board in the 2 length of joint, but no board of a length less than 6 foot may be used unless 3 otherwise shown on the Drawings. 4 h. After the removal of the side forms, the ends of the joints at the edges of the 5 slab shall be carefully opened for the entire depth of the slab. 6 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 7 and as specified in Section 32 13 73. Materials shall generally be handled and 8 applied according to the manufacturer's recommendations as specified in Section 9 32 13 73. 10 G. Placing Concrete 11 1. Unless otherwise specified in the Drawings, the finished pavement shall be 12 constructed monolithically and constructed by machined laid method unless 13 impractical. 14 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 15 shall be distributed to the required depth and for the entire width of the pavement 16 by shoveling or other approved methods. 17 3. Any concrete not placed as herein prescribed within the time limits in the following 18 table will be rejected. Time begins when the water is added to the mixer. 19 20 21 22 4. Rakes shall not be used in handling concrete. 23 5. At the end of the day, or in case of unavoidable interruption or delay of more than 24 30 minutes or longer to prevent cold joints, a transverse construction joint shall be 25 placed in accordance with 3.4.F.7 of this Section. 26 6. Honeycombing 27 a. Special care shall be taken in placing and spading the concrete against the 28 forms and at all joints and assemblies so as to prevent honeycombing. 29 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 30 the removal of the side forms, may be cause for rejection of the section of slab Temperature — Time Requirements Concrete Temperature Max Time — minutes (at point of placement) (no retarding agent) Non -Agitated Concrete 45 I 45 Agitated Concrete Time may be reduced by 75 City 60 90 Max Time — minutes (with retarding agent)1 60 120 All temperatures Above 90°F Above 75°F thru 90°F 75°F and Below 1 Normal dosage of retarder. 31 in which the defect occurs. 32 H. Finishing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321313 -15 CONCRETE PAVING Page 15 of 20 1 1. Machine 2 a. Tolerance Limits 3 1) While the concrete is still workable, it shall be tested for irregularities with 4 a 10 foot straightedge placed parallel to the centerline of the pavement so as 5 to bridge depressions and to touch all high spots. 6 2) Ordinates measured from the face of the straightedge to the surface of the 7 pavement shall at no place exceed 1/16 inch -per -foot from the nearest point 8 of contact. 9 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 10 than 1/8 inch. 11 4) Any surface not within the tolerance limits shall be reworked and 12 refinished. 13 b. Edging 14 1) The edges of slabs and all joints requiring edging shall be carefully tooled 15 with an edger of the radius required by the Drawings at the time the 16 concrete begins to take its "set" and becomes non -workable. 17 2) All such work shall be left smooth and true to lines. 18 2. Hand 19 a. Hand finishing peiiiutted only in intersections and areas inaccessible to a 20 finishing machine. 21 b. When the hand method of striking off and consolidating is permitted, the 22 concrete, as soon as placed, shall be approximately leveled and then struck off 23 with screed bar to such elevation above grade that, when consolidated and 24 finished, the surface of the pavement shall be at the grade elevation shown on 25 the Drawings. 26 c. A slight excess of material shall be kept in front of the cutting edge at all times. 27 d. The straightedge and joint finishing shall be as prescribed herein. 28 I. Curing 29 1. The curing of concrete pavement shall be thorough and continuous throughout the 30 entire curing period. 31 2. Failure to provide proper curing as herein prescribed shall be considered as 32 sufficient cause for immediate suspension of the paving operations. 33 3. The curing method as herein specified does not preclude the use of any of the other 34 commonly used methods of curing, and the City may approve another method of 35 curing if so requested by the Contractor. 36 4. If any selected method of curing does not afford the desired results, the City shall 37 have the right to order that another method of curing be instituted. 38 5. After removal of the side forms, the sides of the slab shall receive a like coating 39 before earth is banked against them. 40 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 41 as to cover the entire surfaces thoroughly and completely with a uniform film 42 7. The rate of application shall be such as to ensure complete coverage and shall not 43 exceed 20-square-yards-per-gallon of curing compound. 44 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 45 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 46 curing period. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 16 CONCRETE PAVING Page 16 of 20 1 9. If for any reason the seal is broken during the curing period, it shall be immediately 2 repaired with additional sealing solution. 3 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 4 Materials, the curing compound shall provide a film which shall have retained 5 within the test specimen a percentage of the moisture present in the specimen when 6 the curing compound was applied according to the following. 7 11. Contractor shall maintain and properly repair damage to curing materials on 8 exposed surfaces of concrete pavement continuously for a least 72 hours. 9 J. Monolithic Curbs 10 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 11 back from the paving mixer, shall be placed within 20-minutes after being mixed. 12 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 13 shall be thoroughly worked with a wooden flat. 14 3. The exposed edges shall be rounded by the use of an edging tool to the radius 15 indicated on the Drawings. 16 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 17 3.5 REPAIR 18 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 19 specified in Section 32 01 29. 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 SITE QUALITY CONTROL 22 A. Concrete Placement 23 1. Place concrete using a fully automated paving machine. Hand paving only 24 permitted in areas such as intersections where use of paving machine is not 25 practical 26 a. All concrete pavement not placed by hand shall be placed using a fully 27 automated paving machine as approved by the City. 28 b. Screeds will not be allowed except if approved by the City. 29 B. Testing of Materials 30 1. Samples of all materials for test shall be made at the expense of the City, unless 31 otherwise specified in the special provisions or in the Drawings. 32 2. In the event the initial sampling and testing does not comply with the specifications, 33 all subsequent testing of the material in order to determine if the material is 34 acceptable shall be at the Contractor's expense at the same rate charged by the 35 commercial laboratories. 36 3. All testing shall be in accordance with applicable ASTM Standards and concrete 37 testing technician must be ACI certified or equivalent. 38 C. Pavement Thickness Test 39 1. Upon completion of the work and before final acceptance and final payment shall 40 be made, pavement thickness test shall be made by the City. 41 2. The number of tests and location shall be at the discretion of the City, unless 42 otherwise specified in the special provisions or on the Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 13 13 - 17 CONCRETE PAVING Page 17 of 20 1 3. The cost for the initial pavement thickness test shall be the expense of the City. 2 4. In the event a deficiency in the thickness of pavement is revealed during normal 3 testing operations, subsequent tests necessary to isolate the deficiency shall be at 4 the Contractor's expense. 5 5. The cost for additional coring test shall be at the same rate charged by commercial 6 laboratories. 7 6. Where the average thickness of pavement in the area found to be deficient in 8 thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be 9 made at an adjusted price as specified in the following table. 10 Deficiency in Thickness Determined by Cores Inches 0.00 — 0.20 0.21 — 0.30 0.31 — 0.40 0.41 — 0.50 Proportional Part Of Contract Price Allowed 100 percent 80 percent 70 percent 60 percent 11 12 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 13 more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever 14 is greater, shall be evaluated by the City. 15 8. If, in the judgment of the City the area of such deficiency should not be removed 16 and replaced, there shall be no payment for the area retained. 17 9. If, in the judgment of the City, the area of such deficiency warrants removal, the 18 area shall be removed and replaced, at the Contractor's entire expense, with 19 concrete of the thickness shown on the Drawings. 20 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 21 than 1/10 of the plan thickness, whichever is greater, shall be removed and 22 replaced, at the Contractor's entire expense, with concrete of the thickness shown 23 on the Drawings. 24 11. No additional payment over the contract unit price shall be made for any pavement 25 of a thickness exceeding that required by the Drawings. 26 D. Pavement Strength Test 27 1. During the progress of the work the City shall provide trained technicians to cast 28 test cylinders for conforming to ASTM C31, to maintain a check on the 29 compressive strengths of the concrete being placed. 30 2. After the cylinders have been cast, they shall remain on the job site and then 31 transported, moist cured, and tested by the City in accordance with ASTM C31 and 32 ASTM C39. 33 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 34 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 321313-18 CONCRETE PAVING Page 18 of 20 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option and expense, core the pavement in question and have the cores tested by an approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except the average of all cores must meet 100 percent of the minimum specified strength, with no individual core resulting in less than 90 percent of design strength, to override the results of the cylinder tests. 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not meet minimum specified strength, additional cores shall be taken to identify the limits of deficient concrete pavement at the expense of the Contractor. 6. Cylinders and/or cores must meet minimum specified strength. Pavement not meeting the minimum specified strength shall be subject to the money penalties or removal and placement at the Contractor's expense as show in the following table. Percent Deficient Greater Than 0 percent - Not More Than 10 percent Greater Than 10 percent - Not More Than 15 percent Greater Than 15 percent Percent of Contract Price Allowed 90-percent 80-percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 7. The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. 8. The strength requirements for structures and other concrete work are not altered by the special provision. 9. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. 21 E. Cracked Concrete Acceptance Policy 22 1. If cracks exist in concrete pavement upon completion of the project, the Project 23 Inspector shall make a determination as to the need for action to address the 24 cracking as to its cause and recommended remedial work. 25 2. If the recommended remedial work is routing and sealing of the cracks to protect 26 the subgrade, the Inspector shall make the determination as to whether to rout and 27 seal the cracks at the time of final inspection and acceptance or at any time prior to 28 the end of the project maintenance period. The Contractor shall perform the routing 29 and sealing work as directed by the Project Inspector, at no cost to the City, 30 regardless of the cause of the cracking. 31 3. If remedial work beyond routing and sealing is determined to be necessary, the 32 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 33 agreement is reached that the cracking is due to deficient materials or workmanship, 34 the Contractor shall perform the remedial work at no cost to the City. Remedial 35 work in this case shall be limited to removing and replacing the deficient work with 36 new material and workmanship that meets the requirements of the contract. 37 4. If remedial work beyond routing and sealing is determined to be necessary, and the 38 Inspector and the Contractor agree that the cause of the cracking is not deficient 39 materials or workmanship, the City may request the Contractor to provide an 40 estimate of the cost of the necessary remedial work and/or additional work to 41 address the cause of the cracking, and the Contractor will perform that work at the 42 agreed -upon price if the City elects to do so. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189,02190,02191 32 13 13 - 19 CONCRETE PAVING Page 19 of 20 1 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 2 the cause of the cracking, the City may hire an independent geotechnical engineer 3 to perform testing and analysis to determine the cause of the cracking. The 4 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 5 with the City. The Contractor and the City shall use the services of a geotechnical 6 firm acceptable to both parties. 7 6. If the geotechnical engineer determines that the primary cause of the cracking is the 8 Contractor's deficient material or workmanship, the remedial work will be 9 performed at the Contractor's entire expense and the Contractor will also reimburse 10 the City for the balance of the cost of the geotechnical investigation over and above 11 the amount that has previously been escrowed. Remedial work in this case shall be 12 limited to removing and replacing the deficient work with new material and 13 workmanship that meets the requirements of the contract. 14 7. If the geotechnical engineer determines that the primary cause of the cracking is not 15 the Contractor's deficient material or workmanship, the City will return the 16 escrowed funds to the Contractor. The Contractor, on request, will provide the City 17 an estimate of the costs of the necessary remedial work and/or additional work and 18 will perform the work at the agreed -upon price as directed by the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 2 3 321313-20 CONCRETE PAVING Page 20 of 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 I.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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 20 21 22 23 24 25 26 27 28 29 30 31 32 1 2 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 SECTION 32 13 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART 1- GENERAL 4 1.1 SUMMARY 5 Section Includes: 6 1. Concrete sidewalks 7 2. Barrier free ramps 8 3. Turn down edge at walk A. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. Addition of turn down edge at concrete walk. Edited for scope of work at parks. 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 12 93 10 — Cast in Place ADA Tile 16 5. Section 32 13 13 - Concrete Paving 17 6. Section 32 13 73 - Concrete Paving Joint Sealants 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 1. Concrete Sidewalk a. b. c. Measurement 1) Measurement for this Item shall be by the square foot of completed and accepted Concrete Sidewalk in its final position for various: a) Thicknesses b) Types Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per square foot of Concrete Sidewalk. The price bid shall include: 1) Excavating and preparing the subgrade 2) Furnishing and placing all materials 33 2. Barrier Free Ramps 34 a. Measurement 35 1) Measurement for this Item shall be per each Barrier Free Ramp completed 36 and accepted one specified type. 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 each "Barrier Free Ramp" installed. 41 c. The price bid shall include: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 1) Excavating and preparing the subgrade 2 2) Furnishing and placing all materials 3 3) Curb Ramp 4 4) Landing as shown on the Drawings 5 5) Adjacent flares or side curb 6 d. ADA Tile is priced separately under Section 12 93 10. 7 3. Concrete Turn down edge at Sidewalk 8 a. Measurement 9 1) Measurement for this Item shall be by the lineal foot of completed and 10 accepted Concrete work in its final position for various: 11 a) Thicknesses 12 b) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under "Measurement" will be paid for at the unit 16 price bid per lineal foot of Concrete edging. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. TAS — Texas Accessibility Standards 24 2. TDLR — Texas Department of Licensing and Regulation 25 B. Reference Standards 26 1. Reference standards cited in this Specification refer to the current reference 27 standard published at the time of the latest revision date logged at the end of this 28 Specification, unless a date is specifically cited. 29 2. American Society for Testing and Materials (ASTM) 30 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 31 Construction (Non -extruding and Resilient Types) 32 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 33 Standard Effort (12,400 ft-lbf/ft3) 34 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 37 A. Mix Design: submit for approval. Section 32 13 13. 38 B. Product Data: submit product data and sample for pre -cast detectable warning for 39 barrier free ramp. 40 1.7 CLOSEOUT SUBMITTALS [NOT USED] 41 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 42 1.9 QUALITY ASSURANCE [NOT USED] 43 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 02189, 02190, 02191 321320-3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.11 FIELD CONDITIONS 2 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS 5 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 6 2.2 EQUIPMENT AND MATERIALS 7 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of 8 the finished work. 9 B. Concrete: see Section 32 13 13. 10 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 11 class for concrete sidewalks, driveways and barrier free ramps is shown in the 12 following table: 13 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 I 3000 0.58 1-1/2 14 C. Reinforcement: see Section 32 13 13. 15 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 16 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 17 otherwise shown on the Drawings or detailed specifications. 18 D. Joint Filler 19 1. Wood Filler: see Section 32 13 13. 20 2. Pre -Molded Asphalt Board Filler 21 a. Use only in areas where not practical for wood boards. 22 b. Pre -molded asphalt board filler: ASTM D545. 23 c. Install the required size and uniform thickness and as specified in Drawings. 24 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler. 26 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 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 33 A. Surface Preparation CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 02189, 02190, 02191 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 1. Excavation: Excavation required for the construction of sidewalks, driveways and 2 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 3 established by the City. 4 2. Fine Grading 5 a. The Contractor shall do all necessary filling, leveling and fine grading required 6 to bring the subgrade to the exact grades specified and compacted to at least 90 7 percent of maximum density as determined by ASTM D698. 8 b. Moisture content shall be within minus 2 to plus 4 of optimum. 9 c. Any over -excavation shall be repaired to the satisfaction of the City. 10 B. Demolition / Removal 11 1. Existing sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 12 41 13. 13 3.4 INSTALLATION 14 A. General 15 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 16 2. Sidewalks constructed in driveway approach sections shall have a minimum 17 thickness equal to that of driveway approach or as called for by Drawings and 18 specifications within the limits of the driveway approach. 19 3. Turn down edge at walkways shall have a minimum thickness of 6 inches. ,Depth 20 varies. Refer to the Drawings . 21 4. All pedestrian facilities shall comply with provisions of TAS including location, 22 slope, width, shapes, texture and coloring. Pedestrian facilities installed by the 23 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 24 separate pay). 25 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 26 position during the depositing of concrete. 27 C. Reinforcement: see Section 32 13 13. 28 D. Concrete Placement: see Section 32 13 13. 29 E. Finishing 30 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, 31 even surface. 32 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 33 3. Provide exposed aggregate finish if specified. 34 4. Edge joints and sides shall with suitable tools. 35 F. Joints 36 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 37 using redwood. 38 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 39 foot intervals for 5 foot wide and greater sidewalk. 40 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 41 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 42 Similar material shall be placed around all obstructions protruding into or through 43 sidewalks or driveways. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 02189, 02190, 02191 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 4. All expansion joints shall be 1/2 inch in thickness. 2 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 3 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 4 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 5 marking tool. 6 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 7 G. Barrier Free Ramp 8 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, 9 manufactured by StrongGo Industries or approved equal by the City. Refer to 10 Section 12 93 10 for additional requirements. 11 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 12 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 13 landing where the pedestrian access route enters the street. 14 3. Locate detectable warning surface so that the edge nearest the curb line is a 15 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 16 curb. 17 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 18 5. Install detectable warning surface according to manufacturer's instructions. 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 DATE 12/20/2012 4/30/2013 NAME D. Johnson F. Griffin Revision Log SUMMARY OF CHANGE 1.2.A.3 — Measurement and Payment for Barrier Free Ramps modified to match updated City Details Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. to ...each `Barrier Free Ramp" installed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised April 30, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 321373-I CONCRETE PAVING JOINT SEALANTS SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 3 PART 1 - 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. Payment and measurement revised. 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 4. Section 32 13 20 — Concrete Sidewalks, Driveways and Barrier Free Ramps 14 5. Section 32 16 13 — Concrete Curb and Gutters and Valley Gutters 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Payment 18 a. The work performed and materials furnished in accordance with this Item are 19 subsidiary to the concrete paving work in Sections 32 13 13, 32 13 20 and 32 20 16 13 and no other compensation will be allowed, unless specifically specified 21 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated, documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 11 B. Concrete surface must be clean, dry and frost free. 12 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS & EQUIPMENT 18 A. Materials 19 1. Joint Sealant: ASTM D5893. 20 2. Joint Filler, Backer Rod and Breaker Tape 21 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 22 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 23 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 24 the joint sealant from flowing to the bottom of the joint. 25 c. The backer rod and breaker tape shall be compatible with the silicone joint 26 sealant and no bond or reaction shall occur between them. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 1 3.4 INSTALLATION 2 3 A. General 1. The silicone sealant shall be cold applied. 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete, blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found, repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 32 13 73 - 4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 2 the joint sealant. 3 7. Do not leave open, cleaned joints unsealed overnight. 4 E. Joint Sealant 5 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 6 mechanical injection tool. 7 2. Do not seal joints unless they are clean and dry. 8 3. Remove and discard excess sealant left on the pavement surface. 9 a. Do not excess use to seal the joints. 10 4. The pavement surface shall present a clean final condition as determined by City. 11 5. Do not allow traffic on the fresh sealant until it becomes tack -free. 12 F. Approval of Joints 13 1. The City may request a representative of the sealant manufacturer to be present at 14 the job site at the beginning of the final cleaning and sealing of joints. 15 a. The representative shall demonstrate to the Contractor and the City the 16 acceptable method for sealant installation. 17 b. The representative shall approve the clean, dry joints before the sealing 18 operation commences. 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE -INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 31 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 02189, 02190, 02191 18 19 20 21 22 23 24 25 26 27 28 29 30 1 2 3 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 SECTION 32 1613 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 4 PART 1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. Concrete valley gutters removed from spec. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 02 41 13 - Selective Site Demolition 14 4. Section 32 13 13 - Concrete Paving 15 5. Section 32 13 73 - Concrete Paving Joint Sealants 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 1. Concrete Curb and Gutter a. b. c. Measurement 1) Measurement for this Item shall be by the linear foot of Concrete Curb and Gutter. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per linear foot of Concrete Curb and Gutter complete and in place by curb height. The price bid shall include: 1) Preparing the subgrade 2) Furnishing and placing all materials, including foundation course, reinforcing steel, and expansion material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 1.3 REFERENCES [NOT USED] 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 ACTION SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD CONDITIONS 10 A. Weather Conditions: See Section 32 13 13. 11 1.12 WARRANTY [NOT USED] 12 PART 2 - PRODUCTS 13 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 14 2.2 EQUIPMENT AND MATERIALS 15 A. Fols: See Section 32 13 13. 16 B. Concrete: See Section 32 13 13. 17 C. Reinforcement: See Section 32 13 13. 18 D. Joint Filler 19 1. Wood Filler: see Section 32 13 13. 20 2. Pre -Molded Asphalt Board Filler 21 a. Use only in areas where not practical for wood boards 22 b. Pre -molded asphalt board filler: ASTM D545 23 c. Install the required size and uniform thickness and as specified in the Drawings. 24 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 25 mixture of asphalt and vegetable fiber and/or mineral filler. 26 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 16 13 -3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition / Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale, rust, dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches, whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand -Laid Concrete — Curb and gutter 30 a. Shape and compact subgrade to the lines, grades and cross section shown on the 31 Drawings. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into fauns. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb, unless otherwise approved. 36 5. Machine -Laid Concrete — Curb and Gutter 37 a. Hand -tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand -Laid Concrete — Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways, curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness, extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No. 4 round, smooth bars, 24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 16 13 -5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.2.A.2. Modified payment item to vary by street type CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Page 5 of 5 PARK RENOVATIONS AT 02189, 02190, 02191 i i Shaping the Built Environment SECTION 32 17 23 — PAVEMENT MARKINGS PART 1 - GENERAL 1.1 DESCRIPTION 321723-1 PAVEMENT MARKINGS Page 1 of 2 A. Furnish labor, materials and equipment required for providing pavement markings as shown on the Drawings. 1.2 RELATED SECTIONS A. SECTION 32 12 16 — ASPHALT PAVING B. SECTION 32 13 13 — CONCRETE PAVING 1.3 SUBMITTALS A. Procedures for Submittals: DIVISION 1. B. Submit product data demonstrating compliance with the specified requirements. C. Submit manufacturer's recommended instructions for application of pavement marking paint. 1.4 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment a. Measurement for this Item shall be by lineal feet. b. Payment - The work performed and the materials furnished in accordance with this Item shall be paid for by the lineal foot. c. The price bid shall include: Cleaning surfaces and preparation of surface prior to application, applying paint, Touch up and clean up. 1.4 ENVIRONMENTAL CONDITIONS A. Do not apply marking paint when weather is windy, foggy or rain, or ambient or pavement temperature is below 50 deg F or above 110 deg F, or when relative humidity is above 85%; nor, when such conditions are anticipated during 8 hours after application. PART 2 - PRODUCTS JQ MASTER SPECIFICATION PARK RENOVATIONS AT Revised May 2011 02189, 02190, 02191 Shaping the Built Environment 2.1 MARKING PAINT 321723-2 PAVEMENT MARKINGS Page 2 of 2 A. "Setfast Chlorinated Rubber Zone Marking Paint White", by The Sherwin-Williams Company, Cleveland, Ohio; http://www.Sherwin-williams.com/default.asp. B. Chlorinated Rubber Zone Marking Paint, Black, A-A-2886B Type II, at low water crossing. C. Or equal as approved by Owner. 2.2 EQUIPMENT A. Pressurized, self-contained paint machine capable of applying a straight line 4" wide, with consistent coverage of a minimum of 100 square feet per gallon. PART 3 - EXECUTION 3.1 INSPECTION AND PREPARATION A. Locate marking as required by Drawings. Provide qualified technician to supervise equipment and application of markings. B. Lay out markings, using guideline, template, and forms. C. Thoroughly clean surfaces free of soil, sand, gravel, oil and other foreign materials. D. Allow surfaces to cure before painting, as required by manufacturer. 3.2 APPLICATION A. Apply pavement marking paint in accordance with the manufacturer's recommended instructions. B. Apply marking paint straight and even, and in accordance with layout. 3.3 CLEANING A. Clean spills and spatters in accordance with the manufacturer's recommended instructions. B. Remove overspray from surfaces other than those requiring marking paint. END OF SECTION 32 17 23 7Q MASTER SPECIFICATION PARK RENOVATIONS AT Revised May 2011 02189, 02190, 02191 323126-1 WIRE FENCE AND GATES Page 1 of 4 1 2 SECTION 32 31 26 WIRE FENCE AND GATES 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and construct metal gate as detailed on the drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Steel Gates 15 a. Measurement 16 1) Measurement for this Item shall be per each Steel Gate. 17 b. Payment 18 1) The work performed and materials furnished in accordance with this Item 19 and measured as provided under "Measurement" will be paid for at the unit 20 price bid per each Steel Gate by height. 21 c. The price bid shall include: 22 1) Removal of existing fence and/or gates, unless specifically defined as a 23 separate pay item on Drawings 24 2) Furnishing, preparing, hauling, and installing Steel Gates 25 3) Excavation, backfilling, and disposal of surplus material 26 4) Removal and trimming of brush and tree limbs 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this specification refer to the current reference standard 30 published at the time of the latest revision date logged at the end of this 31 specification, unless a date is specifically cited. 32 2. American Society for Testing and Materials (ASTM): 33 a. A 702, Standard Specification for Steel Fence Posts and Assemblies, Hot 34 Wrought 35 b. A 121, Standard Specification for Metallic -Coated, Carbon Steel Barbed Wire 36 c. A 116, Standard Specification for Metallic -Coated, Steel Woven Wire Fence 37 Fabric 38 d. F 1083, Standard Specification for Pipe, Steel, Hot -Dipped Zinc -Coated 39 (Galvanized) Welded, for Fence Structures 40 3. American Wood Protection Association (AWPA) 41 a. P8/P9, Standard for Oil -Borne Preservatives 42 b. C5, Fence Posts - Preservative Treatment by Pressure Processes CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 323126-2 WIRE FENCE AND GATES Page 2 of 4 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 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 11 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Furnish materials in accordance with details shown on the Drawings and with the 14 following requirements. 15 B. Metal Posts and Braces 16 1. Steel Pipe: ASTM F 1083 17 2. T posts: ASTM A 702 18 3. Use only new steel. Do not use rerolled or open -seam material. 19 4. Furnish galvanized steel sections in ASTM F 1083. 20 5. Painting 21 a. Use an approved anticorrosive coating. 22 b. After installation of painted posts and braces, spot -coat damaged areas with the 23 same paint color. 24 c. Use paint with at least the same anticorrosive properties as the original paint. 25 6. Use the size, weight, and area of posts, braces, and anchor plates shown on the 26 Drawings. 27 C. Gates and Gateposts: Furnish materials to the required dimensions. 28 D. Barbed and Smooth Wire: ASTM A 121, Class 1 29 1. Use wire consisting of 2 strand, 12 1/2 gauge, twisted wire 30 2. Barbed Wire: 2-point 14 gauge barbs spaced no more than 5 inches apart 31 E. Wire Mesh: ASTM A 116, Class 1 32 1. Top and bottom wires: at least 10 gauge wire 33 2. Intermediate wires and vertical stays: 12 1/2 gauge wire 34 F. Miscellaneous 35 1. Furnish galvanized bolts, nuts, washers, braces, straps, and suitable devices for 36 holding barbed wire and wire mesh firmly to metal posts. 37 2. Use material of good commercial quality and design. 38 3. Provide galvanized staples, at least 1 1/2 inch long. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 323126-3 WIRE FENCE AND GATES Page 3 of 4 1 G. Concrete 2 1. Minimum 28 day compressive strength of 3,000 psi 3 2. Bagged concrete allowed. 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. Space fence posts as shown on the Drawings or to match existing. 12 B. Set fence posts plumb and firm at the intervals, depth, and grade shown on the 13 Drawings or to match existing. 14 C. Brace corner and pull posts in 2 directions. 15 D. Brace end posts and gateposts in 1 direction. 16 E. Install a corner post where the alignment changes 30 degrees or more. 17 F. At alignment angles between 15 and 30 degrees, brace the angle post to the adjacent 18 line posts with diagonal tension wires. 19 G. At grade depressions where stresses tend to pull posts out of the ground, snub or guy 20 the fencing at the critical point with a double 9 gauge galvanized wire. 21 H. Connect the wire to the top horizontal line of the barbed wire or to the top and bottom 22 wire or wire mesh fabric, and to a deadman weighing at least 100 pounds. 23 I. Stretch the fence before guying and snubbing. 24 J. Install number stands at spacing shown in Drawings. 25 K. Install corner, end, or angle post assembly before stretching the wire between posts. 26 L. Connect existing cross fences to the new fences and corner posts at junctions with 27 existing fences. 28 M. While drawing barbed wire and wire fabric taut, fasten to posts using galvanized ties or 29 staples, or as shown on the Drawings. 30 N. Install pull post assemblies at 500 feet intervals for steel posts and at 1,000 feet 31 intervals for wood posts. 32 O. Drive metal line posts provided driving does not damage the posts. 33 P. Set metal corners, ends, pull posts, and braces in concrete footings a minimum of 24 34 inches and crowned at the top to shed water. 35 Q. Thoroughly tamp backfill in 4 inch layers. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 323126-4 WIRE FENCE AND GATES Page 4 of 4 1 3.5 REPAIRJRESTORATION [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 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.1.A. modified to describe when City would pay for fence replacement on utility projects 13 12/20/2012 D. Johnson CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 329213-1 HYDROMULCHING, SEEDING AND SODDING Page 1 of 9 SECTION 32 92 13 HYDROMULCHING, SEEDING AND SODDING 3 PART 1- 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 C. Change in Wildflower mix and addition of Blue grama and Buffalo grasses. 10 D. 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 (NOT USED) 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod 19 placed. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this 22 Item and measured as provided under "Measurement" will be paid for at 23 the unit price bid per square yard of Block Sod placed. 24 c. The price bid shall include: 25 1) Furnishing and placing all sod 26 2) Rolling and tamping 27 3) Watering (until established) 28 4) Disposal of surplus materials 29 2. Seeding of Bermudagrass (at Jeff Davis and Hallmark Parks) 30 a. Measurement 31 1) Measurement for this Item shall be based on a Lump Sum basis. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this 34 Item and measured as provided under "Measurement" will be paid as a 35 Lump Sum. 36 c. The price bid shall include: 37 1) Furnishing and placing all Seed 38 2) Furnishing and applying water for seed fertilizer 39 3) Slurry and hydraulic mulching 40 4) Fertilizer 41 5) Watering and mowing (until established) 42 6) Disposal of surplus materials 43 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 92 13 - 2 HYDROMULCHING, SEEDING AND SODDING Page 2 of 9 1 3. Seeding of Blue Grama/Buffalo grass (at Oakmont Park) 2 a. Measurement 3 1) Measurement for this Item shall be based on a Lump Sum basis. 4 b. Payment 5 1) The work performed and materials furnished in accordance with this 6 Item and measured as provided under "Measurement" will be paid as a 7 Lump Sum. 8 c. The price bid shall include: 9 1) Furnishing and placing all Seed 10 2) Furnishing and applying water for seed fertilizer 11 3) Slurry and hydraulic mulching 12 4) Fertilizer 13 5) Watering and mowing (until established) 14 6) Disposal of surplus materials 15 4. Seeding of Wildflowers (at Oakmont Park) 16 a. Measurement 17 1) Measurement for this Item shall be by the square yard of Seed spread. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this 20 Item and measured as provided under "Measurement" will be paid for at the 21 unit price bid per square yard of Seed placed for various installation 22 methods. 23 c. The price bid shall include: 24 1) Furnishing and placing all Seed 25 2) Furnishing and applying water for seed fertilizer 26 3) Slurry and hydraulic mulching 27 4) Fertilizer 28 5) Watering and mowing (until established) 29 6) Disposal of surplus materials 30 5. Mowing 31 a. Measurement and Payment 32 This Item is considered subsidiary to the seeding and no other compensation 33 will be allowed 34 35 1.3 REFERENCES [NOT USED] 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 INFORMATIONAL SUBMITTALS 39 A. Seed 40 1. Vendors' certification that seeds meet Texas State seed law including: 41 a. Testing and labeling for pure live seed (PLS) 42 b. Name and type of seed 43 2. All seed shall be tested in a laboratory with certified results presented to the City in 44 writing, prior to planting. 45 3. All seed to be of the previous season's crop and the date on the container shall be 46 within 12 months of the seeding date. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 329213-3 HYDROMULCHING, SEEDING AND SODDING Page 3 of 9 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY, STORAGE, AND HANDLING 5 A. Block Sod 6 1. Protect from exposure to wind, sun and freezing. 7 2. Keep stacked sod moist. 8 B. Seed 9 1. If using native grass or wildflower seed, seed must have been harvested within 100 10 miles of the construction site. 11 2. Each species of seed shall be supplied in a separate, labeled container for 12 acceptance by the City. 13 C. Fertilizer 14 1. Provide fertilizer labeled with the analysis. 15 2. Conform to Texas fertilizer law. 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS [NOT USED] 19 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 20 2.2 MATERIALS AND EQUIPMENT 21 A. Materials 22 1. Block Sod — NOT USED; 23 2. The following may be used in lieu of seeding with approval from the Owner. 24 a. Sod Varieties (match existing if applicable) 25 26 1) "Cynodon dactylon" (Common Bermudagrass) — at Jeff Davis Park and 27 Hallmark Park 28 2) "Buchloe dactyloides - (Buffalograss) — at Oakmont only 29 b. Sod must contain stolons, leaf blades, rhizomes and roots. 30 c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable 31 foreign materials and weeds and grasses deleterious to its growth or which might 32 affect its subsistence or hardiness when transplanted. 33 d. Minimum sod thickness: 3/4 inch 34 e. Maximum grass height: 2 inches 35 f. Acceptable growing beds 36 1) St. Augustine grass sod: clay or clay loam topsoil 37 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 38 g. Dimensions 39 1) Machine cut to uniform soil thickness. 40 2) Sod shall be of equal width and of a size that permits the sod to be 41 lifted, handled and rolled without breaking. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 32 92 13 - 4 HYDROMULCHING, SEEDING AND SODDING Page 4 of 9 1 h. Broken or torn sod or sod with uneven ends shall be rejected. 2 3. Seed — REFER TO PLAN FOR LOCATION OF VARIOUS SEED TYPE 3 a. General 4 1) Plant all seed at rates based on pure live seed (PLS) 5 a) Pure Live Seed (PLS) determined using the formula: 6 (1) Percent Pure Live Seed = Percent Purity x [(Percent Germination + Percent 7 Firm or Hard Seed) + 100] 8 2) Availability of Seed 9 a) Substitution of individual seed types due to lack of availability may be 10 permitted by the City at the time of planting. 11 b) Notify the City prior to bidding of difficulties locating certain species. 12 3) Weed seed 13 a) Not exceed ten percent by weight of the total of pure live seed (PLS) 14 and other material in the mixture 15 b) Seed not allowed: 16 (1) Johnsongrass 17 (2) Nutgrass seed 18 4) Harvest seed within 1-year prior to planting 19 b. Non-native Grass Seed 20 1) Plant between April 15 and September 10 21 22 23 24 Lbs. Common Name Botanical Name Purity Germination PLS/1000 (percent) (percent) SF 0.6 Bermuda (unhulled) Cynodon dactylon 85 90 1.7 Bermuda (hulled) Cynodon dactylon 95 90 2) Plant between September 10 and April 15 Lbs. Common Name Botanical Name Purity Germination PLS/1000 (percent) (percent) SF 5.0 Rye Grass Loliurn 85 90 multiflorum 2.0 Bermuda (unhulled) Cynodon dactylon 95 90 25 26 c. Native Grass Seed 27 1) Plant between April 1 and October 1. 28 Lbs. PLS/1000 SF Common Name 0.5 Buffalo Grass 1.0 Blue Grama Botanical Name Buchloe dactyloides Bouteloua gracilis 29 d. Wildflower Seed —" Ladybird's Legacy Wildflower Mix" (Item # 1814) 30 available from Native American Seed (www.seedsource.com) * 31 1) Plant between the following: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 4 5 6 7 a) March 5 and May 31 b) September 1 and December 1 Lbs. PLS/1000 SF 0.5 329213-5 HYDROMULCHING, SEEDING AND SODDING Page 5 of 9 Common Name Ladybird's Leeacv Mix Botanical Name Purple Coneflower Echinacea sp. Inidan Blanket Gallardia pulchella. Lemon Mint Monarda citriodora Indian Paintbrush Castilleja indivisa Prairie Verbena Verbena bipinnatifida Texas Bluebonnet Lupensis texanensis Winecup Callirhoe involcrata Black-eyed Susan Rudbeckia hirta Drummond Phlox Phlox drunnnonddii Pink Evening Primrose Oenothera speciosa Plains Coreopsis Coreopsis tinctoria *not to be planted within ten feet of a road or parking lot or within three feet of a walkway e. Temporary Erosion Control Seed 8 1) Consist of the sowing of cool season plant seeds. 9 4. Mulch 10 a. For use with conventional mechanical or hydraulic planting of seed. 11 b. Wood cellulose fiber produced from virgin wood or recycled paper -by-products 12 (waste products from paper mills or recycled newspaper). 13 c. No growth or germination inhibiting factors. 14 d. No more than ten percent moisture, air dry weight basis. 15 e. Additives: binder in powder form. 16 f. Form a strong moisture retaining mat. 17 5. Bonded Fiber Matrix - Hydraulically applied erosion control product such as Soil 18 Guard, Flexterra, or approved equal. 19 6. Fertilizer 20 a. Acceptable condition for distribution 21 b. Applied uniformly over the planted area 22 c. Analysis 23 1) 16-20-0 24 2) 16-8-8 25 d. Fertilizer rate: 26 1) Not required for wildflower seeding 27 2) Newly established seeding areas - 100 pounds of nitrogen per acre 28 3) Established seeding areas - 150 pounds of nitrogen per acre 29 7. Topsoil: See Section 32 91 19. 30 8. Water: clean and free of industrial wastes or other substances harmful to the 31 germination of the seed or to the growth of the vegetation. 32 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 329213-6 HYDROMULCHING, SEEDING AND SODDING Page 6 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION [NOT USED] 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Surface. Preparation: clear surface of all material including: 8 1. Stumps, stones, and other objects larger than one inch. 9 2. Roots, brush, wire, stakes, etc. 10 3. Any objects that may interfere with seeding or maintenance. 11 B. Tilling 12 1. Compacted areas: till 1 inch deep 13 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 14 seed/water run-off 15 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 16 3.4 INSTALLATION 17 A. Block Sodding — USED ONLY WITH OWNER APPROVAL 18 1. General 19 a. Place sod between curb and walk and on terraces that is the same type grass as 20 adjacent grass or existing lawn. 21 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 22 average first freeze in the fall. 23 2. Installation 24 a. Plant sod specified after the area has been completed to the lines and grades 25 shown on the Drawings with 6 inches of topsoil. 26 b. Use care to retain native soil on the roots of the sod during the process of 27 excavating, hauling and planting. 28 c. Keep sod material moist from the time it is dug until planted. 29 d. Place sod so that the entire area designated for sodding is covered. 30 e. Fill voids left in the solid sodding with additional sod and tamp. 31 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 32 slope. 33 g. Peg sod with wooden pegs (or wire staple) driven through the sod block to the 34 firm earth in areas that may slide due to the height or slope of the surface or 35 nature of the soil. 36 3. Watering and Finishing 37 a. Furnish water as an ancillary cost to Contractor by means of temporary 38 metering / irrigation, water truck or by any other method necessary to achieve an 39 acceptable stand of turf as defined in 3.13.B. 40 b. Thoroughly water sod immediately after planted. 41 c. Water until established. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 329213-7 HYDROMULCHING, SEEDING AND SODDING Page 7 of 9 1 d. Generally, an amount of water that is equal to the average amount of rainfall 2 plus 1/2 inch per week should be applied until accepted. If applicable, plant 3 large areas by irrigation zones to ensure areas are watered as soon as they are 4 planted. 5 B. Seeding 6 1. General 7 a. Seed only those areas indicated on the Drawings and areas disturbed by 8 construction. 9 b. Mark each area to be seeded in the field prior to seeding for City approval. 10 2. Broadcast Seeding 11 a. Broadcast seed in 2 directions at right angles to each other. 12 b. Harrow or rake lightly to cover seed. 13 c. Never cover seed with more soil than twice its diameter. 14 d. For wildflower plantings: 15 1) Scalp existing grasses to 1 inch 16 2) Remove grass clippings, so seed can make contact with the soil. 17 3. Mechanically Seeding (Drilling) Preferred method for Native Grass and 18 Wildflowers: 19 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 20 b. All varieties of seed and fertilizer may be distributed at the same time provided 21 that each component is uniformly applied at the specified rate. 22 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 23 drill. 24 d. Drill on the contour of slopes 25 e. After planting roll with a roller integral to the seed drill, or a corrugated roller 26 of the "Cultipacker" type. 27 f. Roll slope areas on the contour. 28 g. Apply bonded fiber matrix such as Flexterra or Soil Guard on slopes 5:1 or 29 steeper. 30 4. Hydromulching 31 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 32 1) Mixture is uniformly suspended to form a homogenous slurry. 33 2) Mixture forms a blotter -like ground cover impregnated uniformly with 34 grass seed. 35 3) Mixture is applied within 30 minutes after placed in the equipment. 36 b. Placing 37 1) Uniformly distribute in the quantity specified over the areas shown on 38 the Drawings or as directed. 39 c. Apply seeded slurry at specified seed rate with: 40 1) Paper cellulose fiber tackifier at level surfaces; 41 2) Wood cellulose fiber on slopes up to 5:1; and 42 3) A bonded fiber matrix such as Flexterra or Soil Guard on slopes 43 5:1 or steeper. 44 5. Fertilizing: uniformly apply fertilizer over seeded area. 45 6. Watering 46 a. Furnish water by means of temporary metering / irrigation, water truck or by 47 any other method necessary to achieve an acceptable stand of turf as defined in 48 3.13.B. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 329213-8 HYDROMULCHING, SEEDING AND SODDING Page 8 of 9 1 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 2 c. Water as direct by the City at least twice daily for 14 days after seeding in such 3 a manner as to prevent washing of the slopes or dislodgement of the seed. 4 d. Water until final acceptance. 5 e. Generally, an amount of water that is equal to the average amount of rainfall 6 plus 1/2 inch per week should be applied until accepted. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE 16 A. Block Sodding (NOT USED) 17 1. Water and mow sod until completion and final acceptance of the Project or as 18 directed by the City. 19 2. Sod shall not be considered finally accepted until the sod has started to peg down 20 (roots growing into the soil) and is free from dead blocks of sod. 21 B. Seeding 22 1. Water and mow sod until completion and final acceptance of the Project or as 23 directed by the City. 24 2. Maintain the seeded area until each of the following is achieved: 25 a. Vegetation is evenly distributed 26 b. Vegetation is free from bare areas 27 C. Apply seeded slurry at specified seed rate with: 28 a. Paper cellulose fiber tackifier at level surfaces; 29 b. Wood cellulose fiber on slopes up to 5:1; and 30 c. A bonded fiber matrix such as Flexterra or Soil Guard on slopes 5:1 or 31 steeper. 32 D. Turf will be accepted once fully established. 33 a. Bermudagrass and Blue grama/Buffalo grass seeded area must have 80 percent 34 growth to a height of 3 inches with 1 mow cycle performed by the Contractor 35 prior to consideration of acceptance by the City. Wildflowers should show 36 emergence at 60% coverage. 37 E. Rejection 38 1. City may reject block sod or seeded area on the basis of weed populations. 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 PARK RENOVATIONS AT 02189, 02190, 02191 DATE NAME Revision Log CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 329213-9 HYDROMULCHING, SEEDING AND SODDING Page 9 of 9 SUMMARY OF CHANGE PARK RENOVATIONS AT 02189, 02190, 02191 1 2 330510-1 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 1 of 13 SECTION 33 05 10 UTILITY TRENCH EXCAVATION, EMBEDMENT AND BACKFILL 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation, Embedment and Backfill for: 7 a. Gravity Applications 8 1) Wastewater Gravity Mains 9 2) Storm Sewer Pipe and Culverts 10 3) Storm Sewer Precast Box and Culverts 11 2. Including: 12 a. Excavation of all material encountered, including rock and unsuitable materials 13 b. Disposal of excess unsuitable material 14 c. Site specific trench safety 15 d. Pumping and dewatering 16 e. Embedment 17 f. Concrete encasement for utility lines 18 g. Backfill 19 h. Compaction 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. Pressure applications removed from spec. Ground water control and OSHA 22 trench safety are not anticipated for the scope of work shown on the drawings but 23 are included as part of standard specification. 24 C. Related Specification Sections include, but are not necessarily limited to: 25 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 26 Contract 27 2. Division 1 — General Requirements 28 3. Section 02 41 13 — Selective Site Demolition 29 4. Section 03 30 00 — Cast -in -place Concrete 30 5. Section 31 10 00 — Site Clearing 31 6. Section 31 25 00 — Erosion and Sediment Control 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement and Payment 34 1. Imported Embedment or Backfill 35 a. Measurement 36 1) Measured by the cubic yard as delivered to the site and recorded by truck 37 ticket provided to the City 38 b. Payment CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-2 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 2 of 13 1 1) Imported fill shall only be paid when using materials for embedment and 2 backfill other than those identified in the Drawings. The work performed 3 and materials furnished in accordance with pre -bid item and measured as 4 provided under "Measurement" will be paid for at the unit price bid per 5 cubic yard of "Imported Embedment/Backfill" delivered to the Site for: 6 a) Various embedment/backfill materials 7 c. The price bid shall include: 8 1) Furnishing backfill or embedment as specified by this Specification 9 2) Hauling to the site 10 3) Placement and compaction of backfill or embedment 11 2. Concrete Encasement for Utility Lines 12 a. Measurement 13 1) Measured by the cubic yard per plan quantity. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the unit 17 price bid per cubic yard of "Concrete Encasement for Utility Lines" per 18 plan quantity. 19 c. The price bid shall include: 20 1) Furnishing, hauling, placing and finishing concrete in accordance with 21 Section 03 30 00 22 2) Clean-up 23 3. Ground Water Control (NOT USED) 24 a. Measurement 25 1) Measurement shall be lump sum when a ground water control plan is 26 specifically required by the Contract Documents. 27 b. Payment 28 1) Payment shall be per the lump sum price bid for "Ground Water Control" 29 including: 30 a) Submittals 31 b) Additional Testing 32 c) Ground water control system installation 33 d) Ground water control system operations and maintenance 34 e) Disposal of water 35 f) Removal of ground water control system 36 4. Trench Safety (NOT USED) 37 a. Measurement 38 1) Measured per linear foot of excavation for all trenches that require trench 39 safety in accordance with OSHA excavation safety standards (29 CFR Part 40 1926 Subpart P Safety and Health regulations for Construction) 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 linear foot of excavation to comply with OSHA excavation 45 safety standards (29 CFR Part 1926.650 Subpart P), including, but not 46 limited to, all submittals, labor and equipment. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189,02190,02191 7 8 9 330510-3 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 3 of 13 1 1. General — Definitions used in this section are in accordance with Terminologies 2 ASTM F412 and ASTM D8 and Terminology ASTM D653, unless otherwise 3 noted. 4 2. Definitions for trench width, backfill, embedment, initial backfill, pipe zone, 5 haunching bedding, springline, pipe zone and foundation are defined as shown in 6 the following schematic: INITIAL BACKFILL z w 0 SPRINGL1NE LJ W HAUNCHINC BEDDING FOUNDATION PAVED AREAS UNPAVED AREAS EXCAVATED TRENCH WIDTH FINAL BACKFILL OD CLEARANCE 3. Deleterious materials — Harmful materials such as clay lumps, silts and organic material 10 4. Excavated Trench Depth — Distance from the surface to the bottom of the bedding 11 or the trench foundation 12 5. Final Backfill Depth 13 a. Unpaved Areas — The depth of the final backfill measured from the top of the 14 initial backfill to the surface 15 b. Paved Areas — The depth of the final backfill measured from the top of the 16 initial backfill to bottom of permanent or temporary pavement repair 17 B. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification, unless a date is specifically cited. 21 2. ASTM Standards: 22 a. ASTM C33-08 Standard Specifications for Concrete Aggregates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-4 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 4 of 13 1 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 2 Magnesium Sulfate 3 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 4 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 5 Bridge Construction. 6 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 7 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 8 f. ASTM D588 — Standard Test method for Moisture -Density Relations of Soil- 9 Cement Mixture 10 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 11 Soil Using Stand Efforts (12,400 ft-lb/ft3 600 Kn-m/M3)). 12 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 13 Place by Sand Cone Method. 14 i. ASTM 2487 — 10 Standard Classification of Soils for Engineering Purposes 15 (Unified Soil Classification System) 16 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 17 and Other Gravity -Flow Applications 18 k. ASTM D2922 — Standard Test Methods for Density of Soils and Soil 19 Aggregate in Place by Nuclear Methods (Shallow Depth) 20 1. ASTM 3017 - Standard Test Method for Water Content of Soil and Rock in 21 place by Nuclear Methods (Shallow Depth) 22 m. ASTM D4254 - Standard Test Method for Minimum Index Density and Unit 23 Weight of Soils and Calculations of Relative Density 24 3. OSHA 25 a. Occupational Safety and Health Administration CFR 29, Part 1926-Safety 26 Regulations for Construction, Subpart P - Excavations 27 1.4 ADMINISTRATIVE REQUIREMENTS 28 A. Coordination 29 1. Utility Company Notification 30 a. Notify area utility companies at least 48 hours in advance, excluding weekends 31 and holidays, before starting excavation. 32 b. Request the location of buried lines and cables in the vicinity of the proposed 33 work. 34 B. Sequencing 35 1. Sequence work for each section of the pipe installed to complete the embedment 36 and backfill placement on the day the pipe foundation is complete. 37 2. Sequence work such that proctors are complete in accordance with ASTM D698 38 prior to commencement of construction activities. 39 1.5 SUBMITTALS 40 A. Submittals shall be in accordance with Section 01 33 00. 41 B. All submittals shall be approved by the City prior to construction. 42 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 43 A. Shop Drawings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-5 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 5 of 13 1 1. Provide detailed drawings and explanation for ground water and surface water 2 control, if required. 3 2. Trench Safety Plan in accordance with Occupational Safety and Health 4 Administration CFR 29, Part 1926-Safety Regulations for Construction, Subpart P - 5 Excavations 6 3. Stockpiled excavation and/or backfill material 7 a. Provide a description of the storage of the excavated material only if the 8 Contract Documents do not allow storage of materials in the right-of-way of the 9 easement. 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 14 A. Storage 15 1. Within Existing Rights -of -Way (ROW) 16 a. Spoil, imported embedment and backfill materials may be stored within 17 existing ROW, easements or temporary construction easements, unless 18 specifically disallowed in the Contract Documents. 19 b. Do not block drainage ways, inlets or driveways. 20 c. Provide erosion control in accordance with Section 31 25 00. 21 d. Store materials only in areas barricaded as provided in the traffic control plans. 22 e. In non -paved areas, do not store material on the root zone of any trees or in 23 landscaped areas. 24 2. Designated Storage Areas 25 a. If the Contract Documents do not allow the storage of spoils, embedment or 26 backfill materials within the ROW, easement or temporary construction 27 easement, then secure and maintain an adequate storage location. 28 b. Provide an affidavit that rights have been secured to store the materials on 29 private property. 30 c. Provide erosion control in accordance with Section 31 25 00. 31 d. Do not block drainage ways. 32 e. Only materials used for 1 working day will be allowed to be stored in the work 33 zone. 34 B. Deliveries and haul -off - Coordinate all deliveries and haul -off. 35 1.11 FIELD [SITE] CONDITIONS 36 A. Existing Conditions 37 1. Any data which has been or may be provided on subsurface conditions is not 38 intended as a representation or warranty of accuracy or continuity between soils. It 39 is expressly understood that neither the City nor the Engineer will be responsible 40 for interpretations or conclusions drawn there from by the Contractor. 41 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-6 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 6 of 13 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS 4 2.2 MATERIALS g A. Materials 7 1. Crushed Rock 8 a. Durable crushed rock or recycled concrete 9 b. Meets the gradation of ASTM D448 size numbers 56, 57 or 67 10 c. Maybe unwashed 11 d. Free from significant silt clay or unsuitable materials 12 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 13 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 14 sodium sulfate soundness per ASTM C88 15 g. 16 (1) 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3 - EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION 22 A. Verification of Conditions 23 1. Review all known, identified or marked utilities, whether public or private, prior to 24 excavation. 25 2. Locate and protect all known, identified and marked utilities or underground 26 facilities as excavation progresses. 27 3. Notify all utility owners within the project limits 48 hours prior to beginning 28 excavation. 29 4. The information and data shown in the Drawings with respect to utilities is 30 approximate and based on record information or on physical appurtenances 31 observed within the project limits. 32 5. Coordinate with the Owner(s) of underground facilities. 33 6. Immediately notify any utility owner of damages to underground facilities resulting 34 from construction activities. 35 7. Repair any damages resulting from the construction activities. 36 B. Notify the City immediately of any changed condition that impacts excavation and 37 installation of the proposed utility. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-7 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 7 of 13 1 3.3 PREPARATION 2 A. Protection of In -Place Conditions 3 1. Pavement 4 a. Conduct activities in such a way that does not damage existing pavement that is 5 designated to remain. 6 1) Where desired to move equipment not licensed for operation on public 7 roads or across pavement, provide means to protect the pavement from all 8 damage. 9 b. Repair or replace any pavement damaged due to the negligence of the 10 contractor outside the limits designated for pavement removal at no additional 11 cost to the City. 12 2. Drainage 13 a. Maintain positive drainage during construction and re-establish drainage for all 14 swales and culverts affected by construction. 15 3. 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 excavation, embedment and backfill in a manner such that there is no 22 damage to the tree 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 equipments 26 specifically designed for tree pruning or trimming 27 f. Remove trees specifically designated to be removed in the Drawings in 28 accordance with Section 31 10 00. 29 4. Above ground Structures 30 a. Protect all above ground structures adjacent to the construction. 31 b. Remove above ground structures designated for removal in the Drawings in 32 accordance with Section 02 41 13 33 5. Traffic 34 a. Maintain existing traffic, except as modified by the traffic control plan, and in 35 accordance with Section 34 71 13. 36 b. Do not block access to driveways or alleys for extended periods of time unless: 37 1) Alternative access has been provided 38 2) Proper notification has been provided to the property owner or resident 39 3) It is specifically allowed in the traffic control plan 40 c. Use traffic rated plates to maintain access until access is restored. 41 d. 42 6. Fences 43 a. Protect all fences designated to remain. 44 b. Leave fence in the equal or better condition as prior to construction. 45 3.4 INSTALLATION 46 A. Excavation CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-8 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 8 of 13 1 1. Excavate to a depth indicated on the Drawings. 2 2. Trench excavations are defined as unclassified. No additional payment shall be 3 granted for rock or other in -situ materials encountered in the trench. 4 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 5 and bracing in accordance with the Excavation Safety Plan. 6 4. The bottom of the excavation shall be firm and free from standing water. 7 a. Notify the City immediately if the water and/or the in -situ soils do not provide 8 for a firm trench bottom. 9 b. The City will determine if any changes are required in the pipe foundation or 10 bedding. 11 5. Unless otherwise permitted by the Drawings or by the City, the limits of the 12 excavation shall not advance beyond the pipe placement so that the trench may be 13 backfilled in the same day. 14 6. Over Excavation 15 a. Fill over excavated areas with the specified bedding material as specified for 16 the specific pipe to be installed. 17 b. No additional payment will be made for over excavation or additional bedding 18 material. 19 7. Unacceptable Backfill Materials 20 a. In -situ soils classified as unacceptable backfill material shall be separated from 21 acceptable backfill materials. 22 b. If the unacceptable backfill material is to be blended in accordance with this 23 Specification, then store material in a suitable location until the material is 24 blended. 25 c. Remove all unacceptable material from the project site that is not intended to be 26 blended or modified. 27 8. Rock — No additional compensation will be paid for rock excavation or other 28 changed field conditions. 29 B. Shoring, Sheeting and Bracing 30 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 31 specific excavation safety system in accordance with Federal and State 32 requirements. 33 2. Excavation protection systems shall be designed according to the space limitations 34 as indicated in the Drawings. 35 3. Furnish, put in place and maintain a trench safety system in accordance with the 36 Excavation Safety Plan and required by Federal, State or local safety requirements. 37 4. If soil or water conditions are encountered that are not addressed by the current 38 Excavation Safety Plan, engage a Licensed Professional Engineer in the State of 39 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 40 City. 41 5. Do not allow soil, or water containing soil, to migrate through the Excavation 42 Safety System in sufficient quantities to adversely affect the suitability of the 43 Excavation Protection System. Movable bracing, shoring plates or trench boxes 44 used to support the sides of the trench excavation shall not: 45 a. Disturb the embedment located in the pipe zone or lower 46 b. Alter the pipe's line and grade after the Excavation Protection System is 47 removed CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 3 330510-9 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 9 of 13 c. Compromise the compaction of the embedment located below the spring line of the pipe and in the haunching C. Water Control 4 1. Surface Water 5 a. Furnish all materials and equipment and perform all incidental work required to 6 direct surface water away from the excavation. 7 2. Ground Water (NOT USED) 8 a. Furnish all materials and equipment to dewater ground water by a method 9 which preserves the undisturbed state of the subgrade soils. 10 b. Do not allow the pipe to be submerged within 24 hours after placement. 11 c. Do not allow water to flow over concrete until it has sufficiently cured. 12 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 13 Control Plan if any of the following conditions are encountered: 14 1) A Ground Water Control Plan is specifically required by the Contract 15 Documents 16 2) If in the sole judgment of the City, ground water is so severe that an 17 Engineered Ground Water Control Plan is required to protect the trench or 18 the installation of the pipe which may include: 19 a) Ground water levels in the trench are unable to be maintained below 20 the top of the bedding 21 b) A firm trench bottom cannot be maintained due to ground water 22 c) Ground water entering the excavation undermines the stability of the 23 excavation. 24 d) Ground water entering the excavation is transporting unacceptable 25 quantities of soils through the Excavation Safety System. 26 e. In the event that there is no bid item for a Ground Water Control and the City 27 requires an Engineered Ground Water Control Plan due to conditions 28 discovered at the site, the contractor will be eligible to submit a change order. 29 f. Control of ground water shall be considered subsidiary to the excavation when: 30 1) No Ground Water Control Plan is specifically identified and required in the 31 Contract Documents 32 g. Ground Water Control Plan installation, operation and maintenance 33 1) Furnish all materials and equipment necessary to implement, operate and 34 maintain the Ground Water Control Plan. 35 2) Once the excavation is complete, remove all ground water control 36 equipment not called to be incorporated into the work. 37 h. Water Disposal 38 1) Dispose of ground water in accordance with City policy or Ordinance. 39 2) Do not discharge ground water onto or across private property without 40 written permission. 41 3) Permission from the City is required prior to disposal into the Sanitary 42 Sewer. 43 4) Disposal shall not violate any Federal, State or local regulations. 44 D. Embedment and Pipe Placement 45 46 1. Storm Sewer (RCP) 47 a. The bedding and the pipe zone up to the spring line shall be of uniform 48 material. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 33 05 10 - 10 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 10 of 13 1 b. Crushed rock shall be used for embedment up to the spring line. 2 c. The specified backfill material may be used above the spring line. 3 d. Place evenly spread bedding material on a firm trench bottom. 4 e. Spread bedding so that lines and grades are maintained and that there are no 5 sags in the storm sewer pipe line. 6 f. Provide firm, uniform bedding. 7 1) Additional bedding may be required if ground water is present in the 8 trench. 9 2) If additional crushed rock is required which is not specifically identified in 10 the Contract Documents, then crushed rock shall be paid by the pre -bid unit 11 price. 12 g. Place pipe on the bedding according to the alignment of the Drawings. 13 h. The pipe line shall be within ±O.1 inches of the elevation, and be consistent 14 with the grade, shown on the Drawings. 15 i. Place embedment material up to the spring line. 16 1) Place embedment to ensure that adequate support is obtained in the haunch. 17 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 18 ASTM D 698. 19 k. Density test may be performed by City to verify that the compaction of 20 embedment meets requirements. 21 1. Place trench geotextile fabric on top of pipe and crushed rock. 22 23 E. Trench Backfill 24 1. At a minimum, place backfill in such a manner that the required in -place density 25 and moisture content is obtained, and so that there will be no damage to the surface, 26 pavement or structures due to any trench settlement or trench movement. 27 a. Meeting the requirement herein does not relieve the responsibility to damages 28 associated with the Work. 29 2. Backfill Material 30 a. Final backfill depth less than 15 feet 31 1) Backfill with: 32 a) Acceptable backfill material 33 b) Blended backfill material, or 34 c) Select backfill material, CSS, or CLSM when specifically required 35 3. Required Compaction and Density 36 a. Final backfill (depths less than 15 feet) 37 1) Compact acceptable backfill material, blended backfill material or select 38 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 39 moisture content within -2 to +5 percent of the optimum moisture. 40 2) CSS or CLSM requires no compaction. 41 4. Saturated Soils 42 a. If in -situ soils consistently demonstrate that they are greater than 5 percent over 43 optimum moisture content, the soils are considered saturated. 44 b. Flooding the trench or water jetting is strictly prohibited. 45 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 46 Appendix, Contractor shall proceed with Work following all backfill 47 procedures outlined in the Drawings for areas of soil saturation greater than 5 48 percent. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-11 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 11 of 13 1 d. If saturated soils are encountered during Work but not identified in Drawings or 2 Geotechnical Report in the Appendix: 3 1) The Contractor shall: 4 a) Immediately notify the City. 5 b) Submit a Contract Claim for Extra Work associated with direction from 6 City. 7 2) The City shall: 8 a) Investigate soils and determine if Work can proceed in the identified 9 location. 10 b) Direct the Contractor of changed backfill procedures associated with 11 the saturated soils that may include: 12 (1) Imported backfill 13 (2) A site specific backfill design 14 5. Placement of Backfill 15 a. Use only compaction equipment specifically designed for compaction of a 16 particular soil type and within the space and depth limitation experienced in the 17 trench. 18 b. Flooding the trench or water setting is strictly prohibited. 19 c. Place in loose lifts not to exceed 12 inches. 20 d. Compact to specified densities. 21 e. Compact only on top of initial backfill, undisturbed trench or previously 22 compacted backfill. 23 f. Remove any loose materials due to the movement of any trench box or shoring 24 or due to sloughing of the trench wall. 25 g. Install appropriate tracking balls for water and sanitary sewer trenches in 26 accordance with Section 33 05 26. 27 6. Backfill Means and Methods Demonstration 28 a. Notify the City in writing with sufficient time for the City to obtain samples 29 and perform standard proctor test in accordance with ASTM D698. 30 b. The results of the standard proctor test must be received prior to beginning 31 excavation. 32 c. Upon commencing of backfill placement for the project the Contractor shall 33 demonstrate means and methods to obtain the required densities. 34 d. Demonstrate Means and Methods for compaction including: 35 1) Depth of lifts for backfill which shall not exceed 12 inches 36 2) Method of moisture control for excessively dry or wet backfill 37 3) Placement and moving trench box, if used 38 4) Compaction techniques in an open trench 39 5) Compaction techniques around structure 40 e. Provide a testing trench box to provide access to the recently backfilled 41 material. 42 f. The City will provide a qualified testing lab full time during this period to 43 randomly test density and moisture continent. 44 1) The testing lab will provide results as available on the job site. 45 7. Varying Ground Conditions 46 a. Notify the City of varying ground conditions and the need for additional 47 proctors. 48 b. Request additional proctors when soil conditions change. 49 c. The City may acquire additional proctors at its discretion. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 33 05 10 - 12 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 12 of 13 d. Significant changes in soil conditions will require an additional Means and Methods demonstration. 3 3.5 REPAIR [NOT USED] 4 3.6 RE -INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL 6 A. Field Tests and Inspections 7 1. Proctors 8 a. The City will perform Proctors in accordance with ASTM D698. 9 b. Test results will generally be available to within 4 calendar days and distributed 10 to; 11 1) Contractor 12 2) City Project Manager 13 3) City Inspector 14 4) Engineer 15 c. Notify the City if the characteristic of the soil changes. 16 d. City will perform new proctors for varying soils: 17 1) When indicated in the geotechnical investigation in the Appendix 18 2) If notified by the Contractor 19 3) At the convenience of the City 20 e. Trenches where different soil types are present at different depths, the proctors 21 shall be based on the mixture of those soils. 22 2. Density Testing of Backfill 23 a. Density Tests shall be in conformance with ASTM D2922. 24 b. Provide a testing trench protection for trench depths in excess of 5 feet. 25 c. Place, move and remove testing trench protection as necessary to facilitate all 26 test conducted by the City. 27 d. For final backfill depths less than 15 feet and trenches of any depth not under 28 existing or future pavement: 29 1) The City will perform density testing twice per working day when 30 backfilling operations are being conducted. 31 2) The testing lab shall take a minimum of 3 density tests of the current lift in 32 the available trench. 33 e. For final backfill depths 15 feet and greater deep and under existing or future 34 pavement: 35 1) The City will perfoiiu density testing twice per working day when 36 backfilling operations are being conducted. 37 2) The testing lab shall take a minimum of 3 density tests of the current lift in 38 the available trench. 39 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 40 f. Make the excavation available for testing. 41 g. The City will determine the location of the test. 42 h. The City testing lab will provide results to Contractor and the City's Inspector 43 upon completion of the testing. 44 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 45 j. Test reports shall include: 46 1) Location of test by station number 47 2) Time and date of test CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 330510-13 UTILITY TRENCH EXCAVATION, EMBEDMENT, AND BACKFILL Page 13 of 13 1 3) Depth of testing 2 4) Field moisture 3 5) Dry density 4 6) Proctor identifier 5 7) Percent Proctor Density 6 3. Density of Embedment 7 a. Storm sewer boxes that are embedded with acceptable backfill material, 8 blended backfill material, cement modified backfill material or select material 9 will follow the same testing procedure as backfill. 10 b. The City may test fine crushed rock or crushed rock embedment in accordance 11 with ASTM D2922 or ASTM 1556. 12 B. Non -Conforming Work 13 1. All non -conforming work shall be removed and replaced. 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2 — Added Item for Concrete Encasement for Utility Lines Various Sections — Revised Depths to Include 15' and greater 12/20/2012 D. Johnson 3.3.A — Additional notes for pavement protection and positive drainage. 3.4.E.2 — Added requirements for backfill of service lines. 3.4.E.5 — Added language prohibiting flooding of trench 1.2.A.3 — Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D. Johnson quantity 2.2.A — Added language for concrete encasement CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised June 19, 2013 PARK RENOVATIONS AT 02189, 02190, 02191 1 2 33 41 10 - 1 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page I of 10 SECTION 33 41 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS 3 PART 1- 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. All joints 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. Box culverts and connections to existing pipes deleted. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -in -Place Concrete 16 4. Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Reinforced Concrete Storm Drain Pipe 20 a. Measurement 21 1) Measured along the longitudinal centerline of the pipe from the initial 22 beginning point as shown on Drawings to the end of construction as shown 23 on Drawings, excluding inside diameters of any manholes encountered 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under "Measurement" will be paid for at the unit 27 price bid per linear foot of "RCP" installed for: 28 a) Various sizes 29 b) Various classes 30 c. The price bid shall include: 31 1) Furnishing and installing the specified diameter pipe and appurtenant 32 fittings 33 2) Mobilization 34 3) Pavement removal 35 4) Excavation 36 5) Hauling 37 6) Disposal of excess material 38 7) Furnishing, placement and compaction of embedment 39 8) Furnishing, placement and compaction of backfill 40 9) Gaskets 41 10) Clean-up 42 11) Cleaning CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189,02190,02191 33 41 10 - 2 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 2 of 10 1 12) Jointing 2 13) Connections to all drainage structures 3 1.3 REFERENCES 4 A. Reference Standards 5 1. Reference standards cited in this Specification refer to the current reference 6 standard published at the time of the latest revision date logged at the end of this 7 Specification, unless a date is specifically cited. 8 2. American Association of State Highway and Transportation Officials (AASHTO): 9 a. T111, Inorganic Matter or Ash in Bituminous Materials. 10 3. ASTM International (ASTM): 11 a. A185, Standard Specification for Steel Welded Wire Reinforcement, Plain, for 12 Concrete. 13 b. A497, Standard Specification for Steel Welded Wire Reinforcement, 14 Deformed, for Concrete. 15 c. C76, Standard Specification for Reinforced Concrete Culvert, Storm Drain, and 16 Sewer Pipe. 17 d. C361, Standard Specification for Reinforced Concrete Low -Head Pressure 18 Pipe. 19 e. C443, Standard Specification for Joints for Concrete Pipe and Manholes, Using 20 Rubber Gaskets. 21 f. C497, Standard Test Methods for Concrete Pipe, Manhole Sections, or Tile. 22 g. C506, Standard Specification for Reinforced Concrete Arch Culvert, Storm 23 Drain, and Sewer Pipe. 24 h. C507, Standard Specification for Reinforced Concrete Elliptical Culvert, Storm 25 Drain, and Sewer Pipe. 26 i. C990, Standard Specification for Joints for Concrete Pipe, Manholes, and 27 Precast Box Sections Using Preformed Flexible Joint Sealants. 28 j. C1433, Standard Specification for Precast Reinforced Concrete Monolithic Box 29 Sections for Culverts, Storm Drains, and Sewers. 30 k. D4, Standard Test Method for Bitumen Content. 31 1. D6, Standard Test Method for Loss on Heating of Oil and Asphaltic 32 Compounds. 33 m. D36, Standard Test Method for Softening Point of Bitumen (Ring -and -Ball 34 Apparatus). 35 n. D71, Standard Test Method for Relative Density of Solid Pitch and Asphalt 36 (Displacement Method). 37 o. D92, Standard Test Method for Flash and Fire Points by Cleveland Open Cup 38 Tester. 39 p. D113, Standard Test Method for Ductility of Bituminous Materials. 40 q. D217, Standard Test Methods for Cone Penetration of Lubricating Grease. 41 4. TxDOT Test Procedures (Tex): 42 a. Tex-704-I, Making, Curing, and Testing Compression Test Specimens for 43 Precast Concrete 44 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 45 1.5 SUBMITTALS 46 A. Submittals shall be in accordance with Section 01 33 00. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189,02190,02191 33 41 10 -3 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 3 of 10 1 B. All submittals shall be approved by the City prior to delivery. 2 1.6 ACTION SUBMITTALS/INFORMATION SUBMITTALS 3 A. Certificates 4 1. Furnish manufacturer's certificate of compliance that their product meets the 5 physical testing requirements of this Specification for the materials referenced 6 including, but not limited to: 7 a. Reinforced concrete pipe 8 b. Concrete box culvert 9 c. Jointing materials 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 14 A. Storage and Handling Requirements 15 1. Secure and maintain a location to store the material in accordance with Section 01 16 66 00. 17 2. Keep pipe clean and fully drained during storage. 18 3. Transport, handle and store pipe and fittings as recommended by manufacturer. 19 4. Repair or replace any damaged pipe before installation per the manufacturer's 20 recommendation. 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES AND MATERIALS 26 A. Fabrication 27 1. Precast Reinforced Concrete Pipe 28 a. Provide precast storm sewer pipe that conforms to ASTM C76, ASTM C506 or 29 ASTM C507 for circular, arch or elliptical pipe respectively. 30 b. Utilize a machine made process or cast by a process that will provide uniform 31 placement of a mixture of cement, aggregate and water proportional to provide 32 a homogeneous concrete meeting the specified strength requirements. 33 c. Mix concrete in a central batch plant or other approved batching facility where 34 the quality and uniformity of the concrete is assured. 35 d. Do not use transit mixed concrete to manufacture precast concrete pipe. 36 2. Jointing Materials 37 a. Use any of the materials described in this Section for the making of joints. 38 1) Furnish a manufacturer's certificate of compliance for all jointing materials. 39 2) Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189,02190,02191 334110-4 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 4 of 10 1 a) Provide flexible joint sealants that meet the requirements of 2 ASTM C990. 3 b) Utilize 1 continuous gasket conforming to the joint shape for each joint. 4 c) Plastic gasket shall be produced from blends of refined hydrocarbon 5 resins and plasticizing compounds reinforced with inert mineral filler 6 and shall contain no solvents, irritating fumes or obnoxious odors. 7 d) Use flexible joint sealants that do not depend on oxidizing, evaporating 8 or chemical action for its adhesive or cohesive strength. 9 e) Supply in extruded rope form of suitable cross section and size as to fill 10 the joint space when the pipes are joined. 11 f) Provide a size of the pre -formed flexible joint sealant in accordance 12 with the manufacturer's recommendations and large enough to properly 13 seal the joint and obtain the squeeze out as described under 14 construction methods. 15 g) The gasket joint sealer shall be protected by a suitable removable 2- 16 piece wrapper, and the 2-piece wrapper shall be so designed that'/2 may 17 be removed longitudinally without disturbing the other 'A to facilitate 18 application as noted below. 19 h) The chemical composition of the gasket joint sealing compound as 20 shipped shall meet the requirements of Table 1 when tested in 21 accordance with the test methods shown. 22 23 Table 1. Sealing Compound Chemical Composition Composition Test Method Percent by Weight Bitumen ASTM D4 Bitumen Content 50-70 Ash -Inert Mineral Matter AASHTO T 111 30-50 Volatile Matter at 325 degrees F ASTM D6 Loss on Heating of 2.0 Max Oil and Asphaltic Compounds 24 25 i) Gasket joint sealing compound when immersed for 30 days at ambient 26 room temperature separately in 5 percent solution of caustic potash, a 27 mixture of 5 percent hydrochloric acid, a 5 percent solution of sulfuric 28 acid and a saturated hydrogen sulfide (H2S) solution shall show no 29 visible deterioration. 30 j) The physical properties of the gasket joint sealing compound as 31 shipped shall meet the requirements in Table 2 when tested in 32 accordance with the test methods shown. 33 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189,02190,02191 1 2 3 4 5 33 41 10 -5 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Table 2. Sealing Compound Physical Properties Property Specific Gravity at 77 degrees F Ductility at 77 degrees F Softening Point at 77 degrees F Penetration 32 degrees F (300-gms) 60-seconds 77 degrees F (150-gms) 5-seconds 115 degrees F (150-gms) 5-seconds Flash Point C.O.C. Fire Point C.O.0 Test Method ASTM D71 ASTM D113 ASTM D36 ASTM D217 ASTM D92 Page 5 of 10 Typical Analysis 1.20 to 1.35 5.0 centimeters minimum 320 degrees F minimum 75 minimum 50 to 120 150 max 600 degrees F 625 degrees F 3) Rubber Gaskets a) Provide gaskets that conform to ASTM C361 or ASTM C443. b) Meet the requirements of ASTM C443 for design of the joints and permissible variations in dimensions. 6 B. Design Criteria 7 1. Reinforced Concrete Pipe 8 a. Unless otherwise indicated on the Drawings, furnish Class III concrete pipe 9 with shell thickness, circumferential reinforcement and strength conforming to 10 the requirements of ASTM C76, ASTM C506 or ASTM C507 for circular, arch 11 or elliptical pipe respectively, except as modified below: 12 1) Manufacture pipes larger than 60-inch diameter by using 2 lines of circular 13 reinforcement. 14 2) For Class III pipes larger than 60-inch diameter, manufacturer may, at its 15 option, furnish pipe manufactured with either Wall "B" or Wall "C" 16 minimum thicknesses and the applicable minimum steel area as listed for 17 circular cages in Table II of ASTM C76, provided test strength 18 requirements for Class III pipe are satisfactorily met. 19 b. Jacking, Boring, or Tunneling 20 1) Design pipe for jacking, boring or tunneling conforming to the 21 requirements of Section 33 05 23. 22 2) When requested, provide design notes and drawings signed and sealed by a 23 Texas licensed professional engineer. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Tests and Inspections 27 1. Reinforced Concrete Pipe 28 a. Acceptance of pipe will be deteiiiiined 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 PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189,02190,02191 Revised July 1, 2011 33 41 10 - 6 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 6 of 10 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 C5O7. 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 C5O7. 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 B. Sizes and Permissible Variations 33 1. Reinforced Concrete Pipe 34 a. Ensure that variations in diameter, size, shape, wall thickness, reinforcement, 35 placement of reinforcement, laying length and the permissible under run of 36 length are in accordance with the applicable ASTM Specification for each type 37 of pipe as referred to previously. 38 b. Where rubber gasket pipe joints are to be used, the design of joints and 39 permissible variations in dimensions shall be in accordance with ASTM C443, 40 Sections 7 and 8. 41 C. Workmanship and Finish 42 1. Reinforced Concrete Pipe 43 a. Ensure that pipe is substantially free from fractures, large or deep cracks and 44 surface roughness. 45 b. Ensure that ends of pipe are normal to the walls and centerline of the pipe 46 within the limits of variations allowed as stated previously. 47 D. Curing CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189,02190,02191 33 41 10 -7 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 7 of 10 1 1. Cure pipe/box in accordance with the applicable ASTM Specification for each type 2 of pipe as referred to above. 3 E. Marking 4 1. Reinforced Concrete Pipe 5 a. Clearly mark the following information on each section of pipe: 6 1) Class of pipe 7 2) ASTM designation 8 3) Date of manufacture 9 4) Identification of plant 10 5) Name or trademark of the manufacturer 11 6) Pipe to be used for jacking and boring 12 b. For pipe with elliptical reinforcement, in addition to above, clearly mark 1 end 13 of each section during the process of manufacture or immediately after with the 14 following: 15 1) The location of the top or bottom of the pipe as it should be installed, 16 unless the external shape of the pipe is such that the correct position of the 17 top and bottom is obvious 18 2) Mark the pipe section by indenting or painting with waterproof paint. 19 F. Pipe/Box Rejection 20 1. Individual sections of pipe/box may be rejected if any of the Specification 21 requirements are not met or if any of the following exist: 22 a. Fractures or cracks passing through the shell, with the exception of a single end 23 crack that does not exceed the depth of the joint 24 b. Defects that indicate imperfect proportioning, mixing and molding 25 c. Surface defects indicating honeycombed or open texture 26 d. Damaged ends which would prevent making a satisfactory joint 27 e. Any continuous crack having a surface width of 0.01 inch or more and 28 extending for a length of 12 inch or more 29 2. Mark rejected pipe/box with painted "REJECTED". 30 31 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION [NOT USED] 36 3.4 INSTALLATION 37 A. General 38 1. Conform to the requirements of Section 33 05 10 39 open -cut type installation. 40 2. Conform to the requirements of Section 33 05 23 41 methods are specified on Drawings. 42 3. Establish and maintain lines and grades. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 3. Remove rejected pipe/box immediately from job site and replace with pipe/box meeting the requirements of this Specification. for excavation and embedment for when jacking, boring or tunneling PARK RENOVATIONS AT 02189,02190,02191 33 41 10 -8 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 8 of 10 1 B. Pipe/Box Laying — Trench Installation 2 1. Ensure that pipe/box and fittings are laid and jointed in firm trench bottom 3 conditions. 4 2. Start laying pipe/box on the bedding at the outlet or downstream end with the spigot 5 or tongue end of the pipe joint pointing downstream, and proceed toward the inlet 6 or upstream end with the abutting sections properly matched, true to the established 7 lines and grades. 8 3. Provide appropriate facilities for hoisting and lowering the sections of pipe/box 9 according to manufacturer's recommendation. 10 4. Lift and lower sections of pipe/box into trench without damaging pipe or disturbing 11 the prepared bedding or sides of trench. 12 5. Carefully clean pipe/box ends before pipe is placed in trench. 13 6. Protect pipe/box open end to prevent entrance of earth or bedding material as each 14 length of pipe/box is laid. 15 7. Fit, match and lay pipe/box to faun a smooth, uniform conduit. 16 8. When elliptical pipe with circular reinforcing or circular pipe with elliptical 17 reinforcing is used, lay the pipe in trench so that the markings for top or bottom are 18 not more than 5 degrees from the vertical plane through the longitudinal axis of the 19 pipe 20 9. Remove and re -lay, without extra compensation, pipe/box that is not in alignment 21 or that shows excessive settlement after laying. 22 C. Multiple Barrel Box Culvert Placement 23 1. Fill the annular space between multiple boxes with crushed rock or CLSM 24 according to 03 34 13. 25 a. Water jetting will not be allowed between parallel boxes. 26 2. Start the laying of boxes on the bedding at the outlet end and proceed toward the 27 inlet end with the abutting sections properly matched. 28 3. Fit, match and lay boxes to foini a smooth, uniform conduit true to the established 29 lines and grades. 30 D. Jointing 31 1. Cold Applied Preformed Plastic Gaskets/Flexible Joint Sealants 32 a. Brush -apply a suitable primer, recommended by the manufacturer of the gasket 33 joint sealer, to tongue and groove joint surfaces and end surfaces. 34 1) Ensure that surface to be primed is clean and dry when primer is applied. 35 2) Ensure that primer is not applied over mud, sand, dirt or sharp cement 36 protrusions. 37 3) Allow primer to dry and harden. 38 b. Attach plastic gasket sealer around tapered tongue or tapered groove near the 39 pipe joint hub or shoulder, before laying pipe in trench. 40 c. Remove paper wrapper from 1 side only of the 2-piece wrapper on gasket and 41 press it thinly to the clean, dry pipe joint surface. 42 1) Do not remove the outside wrapper until immediately before pushing pipe 43 into its final position. 44 d. Align the tongue correctly with the flare of the groove. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189,02190,02191 3341 10-9 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 9 of 10 1 e. Remove outside wrapper on the gasket and pull or push pipe home with 2 sufficient force (back hoe shovel, chain hoist, ratchet hoist or winch) to cause 3 evidence of gasket material squeeze -out on inside or outside around complete 4 pipe joint circumference. 5 1) Remove any joint material that pushed out into the interior of pipe. 6 2) Ensure that pipe is pulled home in a straight line with all parts of pipe on 7 line and grade at all times. 8 f. Proceed with backfilling of pipe laid with plastic gasket joints as soon as joint 9 has been inspected and approved by the Engineer or Inspector. 10 1) Take special precautions in placing and compacting backfill to avoid 11 damage to joints. 12 g. When the atmospheric temperature is below 60 degrees F, store pre -formed 13 flexible joint sealants in an area wainied to above 70° degrees F or artificially 14 warmed to this temperature in a manner satisfactory to the Engineer. 15 1) Apply gaskets to pipe joints immediately prior to placing pipe in trench, 16 followed by connection to previously laid pipe. 17 2. Rubber Gaskets 18 a. Make the joint assembly according to the recommendations of the gasket 19 manufacturer. 20 b. When using rubber gaskets, make joints watertight. 21 c. Backfill after the joint has been inspected and approved. 22 E. Backfill 23 1. Conform to the requirements of Section 33 05 10 for backfilling pipe/box trenches. 24 3.5 REPAIR / RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD [oR] SITE QUALITY CONTROL 27 A. Field Tests and Inspections 28 1. Video Inspection 29 a. Perform post -construction TV inspection of all installed reinforced concrete 30 pipes/boxes conforming to the requirements of Section 33 01 31. 31 2. Ensure that pipes/boxes are installed correctly and are free of significant debris. 32 a. At the City's discretion, replace any pipe/box that is determined to have 33 jointing problems, cracking or significant debris. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189,02190,02191 33 41 10 - 10 REINFORCED CONCRETE STORM DRAIN PIPE/CULVERTS Page 10 of 10 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 10 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 PARK RENOVATIONS AT 02189,02190,02191 APPENDIX GC-4.02 Subsurface and Physical Conditions Hallmark Park — Geotechnical Report GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189, 02190, 02191 Revised July 1, 2011 GC-4.02 Subsurface and Physical Conditions CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189, 02190, 02191 Revised July 1, 2011 GeotecIrfica Frgineeririg Report Proposed Low Water Crossing o Hallmark Park Fort Worth, Texas August 7, 2014 Terracon Project No. 95145069 Prepared for: JQ Dallas, Texas Prepared by: Terracon Consultants, Inc. Fort Worth, Texas Offices Nationwide Established in 1965 Employee -Owned terracon.com lrerracon Geotechnical Environmental 0 Construction Materials 11 Facilities August 7, 2014 JQ 2105 Commerce Street Dallas, Texas 75201 Attn: Mr. Tom Pickering E: tpickering@jqeng.com Re: Geotechnical Engineering Report Proposed Low Water Crossing — Hallmark Park Sycamore School Road Fort Worth, Texas Terracon Project Number: 95145069 Dear Mr. Pickering: Lillierracon Terracon Consultants, Inc. (Terracon) has completed the geotechnical engineering services for the referenced project. This study was performed in general accordance with our proposal number P95140457, dated July 8, 2014. This report presents the findings of the subsurface exploration and provides geotechnical recommendations concerning earthwork for the proposed project. We appreciate the opportunity to be of service to you on this project. If you have any questions concerning this report, or if we may be of further service, please contact us. Sincerely, Terracon Consultants, Inc. Texas Registration #3272 LGU Christopher W. Eddy, P.E. Geotechnical Department Manager Enclosures /X( / /(W Cheryl C. Pedraza, P.E. Project Manager Terracon Consultants, Inc. 2501 East Loop 820 North Fort Worth, Texas 76118 Registration No. F-3272 P [817) 268 8600 F [8171 268 8602 terracon.com/offices/fort-worth Environmental • Facilities • Geotechnical • Materials TABLE OF CONTENTS Page 1.0 INTRODUCTION 1 2.0 PROJECT INFORMATION 1 2.1 Project Description 1 2.2 Site Location and Description 1 3.0 SUBSURFACE CONDITIONS 2 3.1 Typical Profile 2 3.2 Groundwater 2 4.0 ENGINEERING RECOMMENDATIONS 2 4.1 General Site Grading 2 4.2 Compaction Requirements 3 5.0 GENERAL COMMENTS 4 APPENDIX A — FIELD EXPLORATION Exhibit A-1 Boring Location Plan Exhibit A-2 Field Exploration Description Exhibit A-3 Boring Log APPENDIX B — LABORATORY TESTING Exhibit B-1 Laboratory Testing Exhibit B-2 Lime Series Tests APPENDIX C — SUPPORTING DOCUMENTS Exhibit C-1 General Notes Exhibit C-2 Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT PROPOSED LOW WATER CROSSING - HALLMARK PARK FORT WORTH, TEXAS Terracon Project No. 95145069 August 7, 2014 1.0 INTRODUCTION It is planned to construct a low water crossing at Hallmark Park in Fort Worth, Texas. Our scope of services included drilling and sampling one boring to a depth of about 20 feet and laboratory testing. The purpose of these services is to provide information and geotechnical engineering recommendations relative to: subsurface soil conditions earthwork groundwater conditions 2.0 PROJECT INFORMATION 2.1 Project Description Item Description Site layout See Appendix A, Exhibit A-1, Boring Location Plan. Proposed construction It is planned to construct a low water crossing for Sycamore Creek. Grading Unknown, assumed to be ±2 foot of existing grades. 2.2 Site Location and Description Item Location Existing structures Existing ground cover Description Hallmark Park north of Sycamore School Road in Fort Worth, Texas None Grass Responsive Resourceful Reliable 1 Geotechnical Engineering Report Proposed Low Water Crossing - Hallmark Park ; i Fort Worth, Texas August 7, 2014 Terracon Project No. 95145069 3.0 SUBSURFACE CONDITIONS 3.1 Typical Profile Based on the results of the boring, subsurface conditions on the project site can be generalized as follows: Stratum Approximate Depth to Materials Encountered (USCS Bottom of Stratum Classifications) 1 4 feet Brown fat day (CH) with sand 2 6% feet Brown to tan clayey gravel (GC) 3 7% feet Tan limestone 4 Termination depth of Gray limestone with shale seams about 20 feet Consistency Very stiff to hard Dense to very dense Conditions encountered at the boring location are indicated on the boring log. Stratification boundaries on the boring log represent the approximate location of changes in soil types; in -situ, the transition between materials may be gradual. Details for the boring location can be found on the boring log in Appendix A of this report. 3.2 Groundwater The boring was advanced using dry auger drilling techniques that allow short-term groundwater observations to be made while drilling. Groundwater was not observed while advancing or following the completion of drilling the boring. These groundwater level observations provide an indication of groundwater conditions present at the time the boring was drilled. Groundwater level fluctuations occur due to seasonal variations in the amount of rainfall, runoff and other factors not evident at the time the boring was performed. The possibility of groundwater level fluctuations should be considered when developing the design and construction plans for the project. 4.0 ENGINEERING RECOMMENDATIONS 4.1 General Site Grading A grading plan was not provided for the planned low water crossing. We expect cuts and fills to be within ±2 feet of existing grades. Responsive Resourceful . Reliable 2 General site fills and lime - treated subgrades Surface scarified to a minimum depth of 8 inches and compacted Geotechnical Engineering Report Proposed Low Water Crossing - Hallmark Park Fort Worth, Texas August 7, 2014 Terracon Project No. 95145069 Based on the conditions encountered in the boring, excavations will encounter clay and gravel soils, then limestone bedrock with shale layers. During excavations, applicable OSHA standards should be followed based on soil types and noted consistencies. The soils will need to be sloped or braced during construction. All fill against excavated slopes should be placed in relatively horizontal lifts. When placing fill on existing slopes that are steeper than about 6H:1V, the fill should be benched into the slope. This breaks up potential slide planes and permits relatively horizontal lift placement. Any lift that becomes desiccated, rutted, or disturbed should be reworked prior to placing a subsequent lift. The on -site soils free of rock greater than 4 inches in maximum dimension are suitable for use in general site grading. Imported material should be a clean clay soil (free of deleterious materials and debris) with a liquid limit less than 50 percent and no rock greater than 4 inches in maximum dimension. Prior to placing any fill, the areas to receive fill will need to be stripped, grubbed and proof rolled. The proof rolling should be performed with a fully loaded, tandem -axle dump truck or other equipment providing an equivalent subgrade loading. A minimum gross weight of 20 tons is recommended for the proof -rolling equipment. The proof rolling should consist of several overlapping passes in mutually perpendicular directions over a given area. Any soft or pumping areas should be excavated to firm ground and properly backfilled. Prior to placing fill, the subgrade should be scarified to a minimum depth of 8 inches and uniformly compacted as discussed in section 4.2 Compaction Requirements. The fill materials should then be spread in loose, relatively horizontal lifts, less than 9 inches in thickness, and uniformly compacted to the same criteria. If filling is suspended and the subgrade becomes desiccated or rutted, it should be reworked prior to placement of a subsequent lift. 4.2 Compaction Requirements Recommendations for compaction are presented in the following table. We recommend that engineered fill be tested for moisture content and compaction during placement. Should the results of the in -place density tests indicate the specified moisture or compaction limits have not been met, the area represented by the test should be reworked and retested as required until the specified moisture and compaction requirements are achieved. ITEM DESCRIPTION Subgrade preparation to receive fill Maximum lift thickness 9-inches or less loose lift thickness A minimum of 95% maximum standard Proctor dry density (ASTM D 698) in the range of -1 to +4 percentage points of optimum moisture content Responsive • Resourceful Reliable 3 Geotechnical Engineering Report Proposed Low Water Crossing - Hallmark Park ' Fort Worth, Texas August 7, 2014 Terracon Project No. 95145069 5.0 GENERAL COMMENTS lierracon Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to provide observation and testing services during grading, excavation, foundation construction and other earth -related construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained from the boring performed at the indicated location and from other information discussed in this report. This report does not reflect variations that may occur across the site or due to the modifying effects of weather. The nature and extent of such variations may not become evident until during or after construction. If variations appear, we should be immediately notified so that further evaluation and supplemental recommendations can be provided. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. Site safety, excavation support, and dewatering requirements are the responsibility of others. In the event that changes in the nature, design, or location of the project as outlined in this report are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes and either verifies or modifies the conclusions of this report in writing. Responsive a Resourceful Reliable 4 F1e A D mMini APPROXIMATE SCALE' ITHIS DRAWING SHOULD NOT BE USED SEPARATELY FROM ORIGINAL REPORT. NOTE: ALL BORING LOCATIONS ARE APPROXIMATE. Proton Lingo. Orown By. Chocked By. Approvod By. CWE COD CWE CWE Pro)otl No. Solo: Data: 95145069 AS SHOWN lierracon Consulting Engineers and Scientists (RogIarodm No: F.3272) 08106/14 2501 EAST LOOP VON. FORT WORTH, TX 76113 P51.(617) 2084600 FAX (B17) 26843002 BORING LOCATION PLAN PROPOSED LOW WATER CROSSING - HALLMARK PARK SYCAMORE SCHOOL ROAD FORT WORTH, TEXAS EXHIBIT A-1 Geotechnical Engineering Report Proposed Low Water Crossing - Hallmark Park Fort Worth, Texas August 7, 2014 i Terracon Project No. 95145069 Field Exploration Description lierracon Subsurface conditions were explored by drilling one boring at the approximate location indicated on the Boring Location Plan on Exhibit A-1 in Appendix A. The field exploration was performed July 15, 2014. The test location was established in the field utilizing aerial photography and existing site features. The boring location should be considered accurate only to the degree implied by the methods employed to determine it. The boring was performed using a truck -mounted drill rig. Continuous -flight augers were used to advance the boring. Samples of the soils encountered in the borings were obtained using thin - walled tube and split -barrel sampling procedures. The samples were tagged for identification, sealed to reduce moisture loss, and taken to the laboratory for further examination, testing, and classification. The strength of the bedrock was evaluated in place by the Texas Department of Transportation (TxDOT) cone penetration test A field log of the boring was prepared by the drill crew. The log included visual classifications of the materials encountered as well as interpretation of the subsurface conditions between samples. The boring log included with this report represents the engineer's interpretation of the field log and includes modifications based on laboratory evaluation of the samples. A log of the boring is presented on Exhibit A-3 in Appendix A. General notes to log terms and symbols are presented on Exhibit C-1 in Appendix C. Exhibit A-2 a 0 o: 0 0 0 00 i BORING LOG NO. B-1 PROJECT: Proposed Low Water Crossing - Hallmark CLIENT: JQ Park Dallas, Texas Sycamore School Road Fort Worth, Texas SITE: 0 LOCATION See Exhibit A-1 of Latitude: 32.63829° Longitude:-97.33215° 0 2 0 DEPTH XFAT CLAY (CH), with sand, brown, hard 3/ PARKING LO l LJ LJ LOG -NO WEL _J LJ LJ 0) 0 0 a re Z 0 a: 0 0 u- LL 0 4.0 CLAYEY GRAVEL (GC), brown to tan, dense to very dense 7.5 20.0 LIMESTONE, tan LIMESTONE, with shale seams, gray Boring Tenninated at 20 Feet SAMPLE TYPE 5— Iw.. w w w� u. STRENGTH TEST = e co CC ul o�Q 1- TEST TYPE Ww W 0 U 7F - Page 1 of 1 ATTERBERG' LIMITS LL-PL-PI PERCENT FINES 4.5+ (HP) 11 56-25-31 78 4.5+ (HP) 8000 3 13 108 6 36-18-18 18 8-50/2" 100/4.75" "1 100/1.5" 15- 100/1.75" 2t--� Stratification lines are approximate. In -situ, the Transition may be gradual. Hammer Type: Automatic 11- Advancement Method: See Exhibit A-2 for description of field Dry Auger procedures See Appendix 8 for description of laboratory procedures and additional data (if any). 0 Abandonment Method: Z • Borings backfilled with soil cuttings upon completion. 0 WATER LEVEL OBSERVATIONS • No seepage encountered during drilling • Dry upon completion of drilling 2501 East Loop 820 North Fort Worth, Texas See Appendix C for explanation of symbols and abbreviations. lierracon Notes: Boring Started: 7/15/2014 Boring Completed: 7/15/2014 Drill Rig: Driller. Strataaore Project No.: 95145069 E Nbil: A-3 t 1 Geotechnical Engineering Report Proposed Low Water Crossing - Hallmark Park Fort Worth, Texas August 7, 2014 i Terracon Project No. 95145069 Laboratory Testing lierracon The boring log and samples were reviewed by a geotechnical engineer who selected soil samples for testing. Tests were performed by technicians working under the direction of the engineer. A brief description of the tests performed follows. Liquid and plastic limit tests, gradation tests and moisture content measurements were made to aid in classifying the soils in accordance with the Unified Soil Classification System (USCS). The USCS is summarized on Exhibit C-2 in Appendix C. Strength and consistency of cohesive soils was determined unconfined compression and hand penetrometer tests, respectively. Results of the gradation tests are presented on Exhibit B-2, while the remaining laboratory test results are presented on the boring log in Appendix A. Exhibit B-1 Project Mgr. Proparod by: Chocked by: Approved by: 100 90 80 70 60 50 40 30 20 10 0! 100.000 CCP FT CCP U.S. STANDARD SIEVE OPENINGS IN INCHES & STANDARD SIEVE NUMBERS 1.5" 1" 3/4" 1/2" 3/8" #4 #10 #20 #40 #80 #100 #200 • • • • • 10.000 SAMPLE LOCATION B-1, 0' - 2' B-1, 4' - 6' Project No. Scalo: 95145069 N/A CWE Date: 7/30/2014 • I *� I 11 I ---B1,0'-2' --+- B-1,4'-6' I I 1 l I- 1 1 1 I 1.000 0.100 PARTICLE DIAMETER, mm MATERIAL DESCRIPTION Brown fat clay, with sand Brown to tan clayey gravel lierracon 2.01 C Leap tl.^0 North PM'ID1T1:W-0000 Consulting Engineers and Scientists Toxas Registration 3272 Fall Worth. Tx 7011 Fn. (D171 2611.007 --. rt1 USCS SYMBOL CH GC GRAIN SIZE DISTRIBUTION Proposed Low Water Crossing - Hallmark Park Sycamore School Road Fort Worth, Texas 0.001 EXHIBIT B-2 A PE,1400( G G p0G' SOP? GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS SAMPLING Auger 1 Shelby Tube Ring Sampler Split Spoon m Macro Core Rock Core 7 Grab Sample No Recovery WATER LEVEL v Water Initially Encountered Water Level After a Specified Period of Time Water Level After a Specified Period of Time Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur over tune. In Iow permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. FIELD TESTS (HP) Hand Penetrometer (T) Torvane (bit) Standard Penetration Teat (blows per foot) (PI D) Photo-Ionizatl on Detector (OVA) Organic Vapor Analyzer DESCRIPTIVE SOIL CLASSIFICATION Soil classification is based on the Unified Soil Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse -grained soils are defined on the basis of their in -place relative density and fine-grained soils on the basis of their consistency. LOCATION AND ELEVATION NOTES Unless otherwise noted, Latitude and Longitude are approximately detemlined using a hand-held GPS device. The accuracy of such devices is variable. Surface elevation data annotated with +/- indicates that no actual topographical survey was conducted to confirm the surface elevation. Instead, the surface elevation was approximately determined from topographic maps of the area. S"RENGTiTERMS RELATIVE DENSfTY OF COARSE -GRAINED SOILS CONSISTENCY OF FINE-GRAINED SOILS (More Than 50% retained on No. 200 sieve.) Density determined by Standard Penetration Resistance Includes gravels, sands and sills. (50% or mare passing the No. 200 sieve.) Ccnsislencydetennined bylaberalory shear strength testing, field tisual-manual procedu'es or standard penetration resistance Descriptive Term Standard Penetration or Ring Sampler Descriptive Term (Density) N-Value-Value Blows/Ft. (Consistency) Blows/Ft. Very Loose Loose Medium Dense I Very Dense I Dense 0.3 0.6 4.9 I 7.18 10-29 I 19.58 30 -50 I 59 -98 >50 I >99 RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s1 of other constituents Trace With Modifier Percent Qt Dry Weigh( <15 15-29 >30 Very Soft Soft Medium -Stiff Stiff Very Stiff Hard Standard Penetration or Unconfined Compressive N-Value Ring Sampler Strength, Qu, psi Blows/Ft. Blows/FL less than 500 500 (o 1,000 1,000 to 2,000 2,000 to 4,000 4,000 lo 8,000 > 8,000 Maior Comnpnent of Sample, Boulders Cobbles Gravel Sand Slit or Clay RELATIVE PROPORTIONS OF FINES Descriptive Terrn(sj percent of Tenn of other constituents Dry Weiaht Non plastic Trace < 5 Low With 5 - 12 Medium Modifier > 12 High r f r 0.1 <3 2.4 4-8 8.15 15-30 > 30 GRAIN SIZE TERMINOLOGY Particle Size 3-4 5-9 10 - 18 19 -42 > 42 Over 12 in. (300 mm) 12 In. to 3 In. (300mm to 75mm) 31n. to #4 sieve (75mm to 4.75 min) #4 to #200 sieve (4.75mm to 0.075mm Passing #200 sieve (0.075mm) PLASTICirY DESCRIPTION Plasticity Index 0 1-10 11-30 > 30 Exhibit C-1 UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests A Coarse Grained Soils: More than 50% retained on No. 200 sieve Fine -Grained Soils: 50% or more passes the No. 200 sieve Highly organic soils: Gravels: More than 50% of coarse fraction retained on No. 4 sieve Sands: 50% or more of coarse fraction passes No. 4 sieve Silts and Clays: Liquid limit less than 50 Silts and Clays: Liquid limit 50 or more Clean Gravels: Less than 5% fines° Gravels with Fines: More than 12% fines c Clean Sands: Less than 5% fines° Sands with Fines: More than 12% fines° Inorganic: Organic: Inorganic: Cu>_4and 1sCc_<<3E Cu < 4 and/or 1 > Cc > 3E Fines classify as ML or MH Fines classify as CL or CH Cu>_6and 1 sCc<3E Cu<6and/or 1>Cc>3E Fines classify as ML or MH Fines Classify as CL or CH PI > 7 and plots on or above "A" line PI < 4 or plots below "A" line' Liquid limit - oven dried Liquid limit - not dried I < 0.75 PI plots on or above "A" line PI plots below "A" line Liquid limit - oven dried I Liquid limit - not dried I Primarily organic matter, dark in color, and organic odor Organic: A Based on the material passing the 3-in. (75-mm) sieve B If field sample contained cobbles or boulders, or both, add 'with cobbles or boulders, or both" to group name. • Gravels with 5 to 12% fines require dual symbols: GW-GM well -graded gravel with silt, GW-GC well -graded gravel with clay, GP -GM poorly graded gravel with silt, GP -GC poorly graded gravel with clay. o Sands with 5 to 12% fines require dual symbols: SW-SM well -graded sand with silt, SW -SC well -graded sand with clay, SP-SM poorly graded sand with silt, SP-SC poorly graded sand with clay (D )2 E Cu = D6dDlo Cc = Dio x Deo F If soil contains >_ 15% sand, add "with sand" to group name. o If fines classify as CL-ML, use dual symbol GC -GM, or SC-SM. PLASTICITY INDEX (PI) 60 50 40 30 20 0 0 For classification of line -grained soils and tine-gralned fraction of coarse -grained soils . Equation of "A" - line Horizontal al PI=4 10 LL=25.5. then PI=0.73 (LL-20) Equation of 'U' - line Vertical at LL=1610 PI=7, then PI=0.9 (LL-8) CL -w1L / 10 16 20 ML or OL < 0.75 Soil Classification Group Symbol GW Well -graded gravel F GP Poorly graded gravel F GM Silty gravel F.G. n GC Clayey gravel F•G n SW Well -graded sand' SP Poorly graded sand' SM Silly sand c.".' SC Clayey sand°•"•' CL Lean clayK,�l•1 ML SiltKL'•' Organic clay'""" OL KL,1,1•° Organic sill CH Fat clay K.' MH Elastic Silt" Organic clay'<LIa.P OH I(�r.l,o Organic silt PT Peat Group NameB " If fines are organic, add "with organic fines" to group name. ' If soil contains >_ 15% gravel, add 'with gravel" to group name. If Atterberg limits plot in shaded area, soil is a CL-ML, silty clay. K If soil contains 15 to 29% plus No. 200, add "with sand" or "with gravel," whichever is predominant. L If soil contains >_ 30% plus No. 200 predominantly sand, add °sandy" to group name. If soil contains >_ 30% plus No. 200, predominantly gravel, add "gravelly" to group name. 11 PI >_ 4 and plots on or above "A" line. ° PI < 4 or plots below "A" line. P PI plots on or above "A" line. o PI plots below "A" line. 30 40 50 60 LIQUID LIMIT (LL) lrurrirot g(1� 70 80 90 100 110 Exhibit C-2 GC-6.06.D Minority and Women Owned Business Enterprise Compliance CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 PARK RENOVATIONS AT 02189, 02190, 02191 ATTACHMENT 1A Page 1 of 4 FORT WORTH PRIME COMPANY NAME: City of Fort Worth MBE Subcontractors/Suppliers Utilization Form Check applicable block to describe prime C. Green Scpaing, LP PROJECT NAME: Park Renovations at 3 Park Sites: Oakmont Linear 02189 7381 Jefferson Davis 02190 7382 Hallmark Park 02191 7383 City's MBE Project Goal: Prime's MBE Project Commitment: 14 0� 14 • °/o Y I MNV/DBE [ NON-M///DBE BID DATE 2/19/15 PROJECT NUMBER 2189, 2190, 2191 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties., Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to its supplier is considered 2nd tier ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the prime will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operators, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operators, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 5/30/12 FORTV4`ORTH ATTACHMENT 1A Page 2 of 4 SUBCONTRACTOR/SUPPLIER Company Name Address Telephone/Fax Cowtown Redimix 3401 Bethlehem Ave. Ft. Worth, TX 76111 817-759-1919 817-759-1716 Archie White Buyers Barricades, inc. 7409 Baker Blvd. NRH, TX 76118 817-535-3939 817-831-7171 Blue Sky Sod 621 Wolf Springs Ferris, TX 75125 972-544-2982 972-544-2468 **Certified only thru NMSDC Longhorn Pipe Grapevine, TX 817-421-0941 817-421-0661 E 11 044- Eite.F► supply PD &3 to 30410 Naocido S ;Ty, 7 sa1,3 q 7 2 - cl 3-1 - °t .us- q1 2- 0131- t.0 q l08 Chi IA s Play t DIDtD I Shady Taxi Dallas, `tX is22.t7 11 2 - 4S 4- OliO(J c 12- 4- o333 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach NCTRCA Certificate T Detail Detail Subcontracting Supplies e M W S M Work Purchased r B B B B E E E £ fl Dollar Amount Concrete Concrete 43, OW 41 — Barricades, Barricades, Erosion fence Erosion fence 4-1000 +� - Seed, plant, sod Seed, plant, sod q,&oo Irrigation Irrigation Supplies Supplies 6 *-ri c o%-1 tag�YI 3 i D,000 SiiL .renl- 1'e5 5 SOD 11, Rev. 5/30/12 YOU tibun ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. Please list MBE firm's first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firms SBE certification if they have not previously registered with the City's M/W BE Office which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach N NCTRCA Certificate ° SUBCONTRACTOR/SUPPLIER T n Detail Detail Company Name i Subcontracting Supplies Address e M W S M Work Purchased Telephone/Fax r B B B B E E E E Ar Me vic-arl farms Co wn•3g1-4411 e)d. 102 Dollar Amount Si }( ni)1'GS l 2.1 000 4- )- Rev. 5/30/12 FORT WORTH ATTACHMENT 1A 02-26-15All :Li 9 RCVD Page4of4 Total Dollar Amount of MBE Subcontractors/Suppliers N. Total Dollar Amount of Non -MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 41,coo . 00 41-soO.t3o 86, oo.o0 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of 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 contractor 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 bidder 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. Signature Vice President Title C. Green Scaping, LP Company Name 2401 Handley Ederville Rd. Address Ft. Worth, TX 76118 City/State/Zip Curtis J. Green Printed Signature Contact Name/Title (if different) 817-577-9299 / 817-577-9331 Telephone and/or Fax cgreen@greenscaping.com E-mail Address 2/19/2015 Date Rev. 5/30/12 FORT WORTH PRIME COMPANY NAME: C. Green Scpaing, LP PROJECT NAME: City of Fort Worth MBE Good Faith Effort Form Park Renovations at 3 Park Sites: Oakmont Linear 02189 7381 Jefferson Davis 02190 7382 Hallmark Park 02191 7383 City's MBE Project Goal: 14 % Prime's MBE Project Commitment: 14 ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime X rvW//DBE NON-M iANDBE _... BID DATE 2/19/15 PROJECT NUMBER 2189, 2190, 2191 IIf the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and it being submitted to and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Electrical Concrete Erosion, signs, barricades Landscape Irrigation si4- oini s Rev. 5/30/12 ATTACHMENT IC Page 2 of 3 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office or the City's website. Date of Listing Online 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? I Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) fNo 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? n Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) n No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? n Yes _nNo NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? n Yes riNo 8.) Did you provide the information regarding the location of plans and specifications in order to assist � the MBEs? IR1 YPc n No Rev. 5/30/12 ATTACHMENT 1C Page 3 of 3 9.Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? IN Yes (If yes, attach all copies of quotations.) n No =No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. 10. Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the M/WBE Office to address the corrections needed.) (Please use additional sheets, if necessary, and attach.) Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. Green Scaping performs the majority of work in house therefore the only sub needed is the pre -qualified electrician which is not an MWBE firm. We reached out to MWBE suppliers in the concrete and erosion material that we have worked with on prior projects to discuss the scope of work and material needed. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiRing action under Federal, State or Local laws concerning fal.e statements. Any failure to comply with this ordinance shall create a material breach of Rev. 5/30/12 ATTACHMENT 1C Page 4 of 3 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. The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. ignature Vice President Title C. Green Scaping, LP Company Name 2401 Handley Ederville Rd. Address Ft. Worth, TX 76118 City/State/Zip Curtis J. Green Printed Signature Contact Name and Title (if different) 817-577-9299 817-577-9331 Phone Number Fax Number cgreen@greenscaping.com Email Address 2/19/2015 Date Rev. 5/30/12 FORT WORTH City of Fort Worth Prime Contractor Waiver Form PRIME COMPANY NAME: C. Green Scpaing, LP PROJECT NAME: Park Renovations at 3 Park Sites: Oakmont Linear 02189 7381 Jefferson Davis 02190 7382 Hallmark Park 02191 7383 City's MBE Project Goal: 14 Prime's MBE Project Commitment: 14 ATTACHMENT 1B Page 1 of 1 Check applicable block to describe prime M/W/DBE 2/19/15 8tON-M/INDBE BID DATE PROJECT NUMBER 2189, 2190, 2191 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Managing Department on or before 5:00 a.m.. five (5) City business days after bid opening, exclusive of the bid opening date, will result in the bid being considered non -responsive to bid specifications. Will you perform this entire contract without subcontractors? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. YES NO YES NO The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment therefore and any proposed changes to the original MBE(s) arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. d ire Vice President Title C. Green Scaping, LP Company Name Curtis J. Green Printed Signature Contact Name (if different) 817-577-9299 817-577-9331 Phone Number Fax Number 2401 Handley Ederville Rd. cgreen@greenscaping.com Andre„ Ft. Worth, TX 76118 City/State/Zip Email -+,;.11��c 2/19/2015 Date Rev. 5/30/12 i FORT WORTH CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "N/A" if not applicable. Joint Venture Page 1 of 3 Name of City project: Park Renovations at 3 Park Sites: Oakmont Linear 02189 7381 Jefferson Davis 02190 7382 Hallmark Park 02191 7383 F_ joint venture fonn must be completed on each project RFP/Bid/Purchasing Number: 1. Joint venture information: Joint Venture Name: N/A Joint Venture Address: (If applicable) Telephone: Facsimile: Cellular: E-mail address: Identify the firms that comprise the joint venture: Please attach e; :ra sheets if additional space is required to provide detailed explanations of work to be perfo; med by each firm comprising the joint venture MBE firm N/A Non -MBE firm N/A name: name: Business Address: Business Address: City, State, Zip: Telephone Facsimile E-mail Cellular Certification Status: Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: N/A City, State, Zip: Telephone Cellular E-mail address Facsimile Describe the scope of work of the non -MBE: N/A Rev. 5/30/12 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? N/A 4. Attach a copy of the joint venture agreement. S. List components of ownership of joint venture: (Do not complete i/this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: N/A 1 Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Sales N/A c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's M/WBE Office immediately for approval. 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 City's BDE Ordinance. Rev. 5/30/12 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope, of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Port Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm N/A Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Vice President Date 2/19/2015 1 Name of non -MBE firm N/A Printed Name of Owner Signature of Owner Printed Name of Owner Signature of Owner Title Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev. 5/30/12 GC-6.07 Wage Rates CITY OF FORT WORTH PARK RENOVATIONS AT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02189, 02190, 02191 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 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