Loading...
HomeMy WebLinkAboutContract 58180CSC No. 58180 �'� ��` �� �'I' I� CONTRACT FOR THE CONSTRUCTION OF Playground Replacement at Oakhurst, Worth Heights, Harrold Park City Proj ect No. 102464, 102465, 102463 Mattie Parker Mayor David Cooke City Manager Richard Zavala Director, Parl� & Recreation Department Prepared for The City of Fort Worth Park & Recreation Department �,:a��� ���°� �g =�- ,f� ���� p�- : �� s - �_ �� 2022 � �FFICiAI. Ft�CaRD j �i�nr s�e����Rv � FT W�RiH,1'X �_, '� , � I ` � - .:�. M` _ _� ,� _ - - ,{. .� _ �-�•'r� - CI� ��� � ��t � O ��..�11 Standard Constructlon Specifzcatio� Documents Adopted Septernber2p11 ao oa o0 5TAT3DARD COi�STRLiCTfOl�i SPECIFICATIQT�T ➢OCUNjEN"CS Page 1 of 5 SECTION QO 04 00 TABLE O� CONTENTS Division QO - General Conditions 00 OS 10 Ma or and Council Coznmuaaicatian QO 05 15 Addenda 00 11 13 Invitation fo Bzdders 00 21 J 3 Tu�structions to Bidders 00 35 I3 Conflict of .Lnterest Statemen.t 40 47, 00 Bid Farm. 40 42 A-3 Pro osal �'orn�. Unit �'rice 00 A3 13 BidBond 00 43 37 Vendor Com liance to State Law Nolvresident Bidder nn� 00 45 12 Pre ual�i'ication Statennent ���t7 ��- • . • • p� 4� �.� Contractor Cann liance vvith Workers' Cam ensation pp r�� 4q Business E ui Goal 00 52 43 A eement a0 6I 13 Performmance Bond QO �1 14 pa mez�tBond 00 61 19 Maintenance Bond 00 51 2S Certzficate of Insut'ance pp 7�, pp General Canditions 00 73 00 Sup 1ezx�enta Canditions Law Last �evi.sed 071� 112011 07I01120I 1 07/19/2021 � Liaz�2a�� Q212A/2Q20 0913 D12Q21 0112012012, 09/11/2017 Qb12712011 n a I1�,,,,i��� �t� 09130I2021 noll�r�r7LoR�1 071Q 1(20I 1 10127I2021. 1112312Q21 D710 1120 1 1 07101/2011 07/01/2011 07/01/2011 a�1�3120�.1 03/49/2020 Last Revised Divzsinn 01 - Gene�ral Re uirements �21�,Q12012 01 11 00 Suznm of �V'ork . 07/01/2011 01 25 00 SubstitutiQn Procedure� 08/17/2012 Ql 31 19 1':reconsiruction Mcetin- 07101I20I1 O1 3120 Pro�eCtMeehl� s 08/13/2021 O I 32 16 Conslx'uciion Schedule p�1011201 i Q 1 32 33 Preconstruction Video 1Z12a12012 Q] 33 �0 Su�mittals 03/11/2022 01 35 13 . S ecial Prro' ect Procedur'es �31�9/2020 pl 4S 23 Testin. andxns ectian Services p'7/011201I al 50 OQ Teix� or Facilifies azid Contrals 0312212Q21 p�. 5 5 26 St�reet Use Permit and Modifications to Tra�fic Contral ���� �1201 I 01 57 13 Sform Water Pallution Prevetation Pla.z�. Q��a�1241 X Ol 58 13 Tam or Pro'ect Si � e 03�0912020 O1 60 OQ Product Re uirements p'7101120I1 01 66 Ofl Product Stora e and Haaadlin Re uirements 11f22f2016 O1 70 00 Mobilization and Remobilization p��1412018 D I 7 J. 23 Constz�ction Stakua and Surve 07ID 112 Q l.1 O1 74 23 CJ.eanin a3122I2021 01 77 19 Gloseout Re uireznents 12/20/2012 Q 1 78 23 O eration and Maintenaz�ce Data 07/� � �201. � O1 78 39 Pro' ect Record Documents CIT�SC OF FORT WORT�-I Pl�ygrotind Replacemeut nt Oakhtust, t]VortU �Ieights, Haitold Par�C STAN5aAl2D CONSTR'UCTION SPECIFICATION DQCLfM�"NTS 1024b+�, 102465, 1024b3 Revised Marsh 11, 2022 STANDAIZD CONSTRUC`�'ION SP�CIFICA'I'ION IaOC�.f1ViEN'I'S Page 2 of 5 Technical Speci�catious '�vhich have bee� modified by the Engineer speci�cally for this Pro,��ct; hard copzes are ix�cluded in �he Project's Cor�tracf Documuuenfs DivisSon 02 - 02 41 13 �L�14 02 41 15 Existing Con[�itions Selecfave Site DemoIifion R�moval Division 03 - Concr�te Di�v�ision 3� - Exteriar Itn rovet�exits ��� � �n� 32 O 1 29 Concrete Pavizz Re air �� �� �� ����3 � - - - �� ��� 32 13 13 Concrete Pa� 32 I3 20 Co�torete Sid 32 13 73 Con.crete �ati �-1-4-1� �„7. T���; �� � 11Ni�LV� -�� 1'i�.�• ��jt���ii�Ya�."l 37 f� ��f�69; .Toiiif �ealants �„ _ and Barrier �ree Rau� Date Mndified CIT�' OF FORT'WVORTH P'laygroimci ReplaeeEnent at Oalchurst, Wortl� Heigl�ts, Harrold Park ST:�NDARD CONSTRUCi'TQN SpECIFICA'T'TON DOCUMENTS Revised March 11, 2022 � az���, ] 0246�, ] 02463 Divis'on Z6 � EZectrical � �-8A �� 2s_n� �9�-4-�� � .,,,,,-..,...... �__ „T _ _ . • , r . Division 3l. - Eaz-Ehwark Qn ao 00 ST[ANpARD CDNSTRUCTION SPECIFICATION iaOCUMENTS Pa�e 3 of 5 �1� ���� �n� 32 91 I9 To soil Placement and Fuaishin of P 32 92 13 H dra-Mulchiza. , Seediz� , a�d 5oddi �� m- - - _ .. �. ,� �t„-.,1� � �, � � ,�. : � �wsM a�..o�' � � � /y�iyi7�i.3i1r�. ' �� 11 •' i� � � 5 I• • l A � i `.y'�y ��+�' ' � • , �, � i i� a� � .'v��� � + �f i� " � � � 0 �• - � � - ' _ f .. � i ' ■ �1 ` �� � � � � .� � � � � � i � � � � � � � � �� � � y r� �. o f � �TTy pF pp7�T W(�RTH Playgrnund Replacei�ient at Oakhui3t, �7Vorth Heights, Harrold Park STAI*�DART} CONSTRLfCTION SPECIFiCATT0�1 AOCL1NiE?�ITS 102�64,102455,102�b3 Revised March 11, 2022 S�'AI�il7AFtD CONSTRUCTION SPECTFICATION DOCUME?VT� Paar d nf S i �� � •1 11 I! i � � e i � � I A ! � Y' � '__ __ �'iir:� � I A � �" � � -- �'�Lii �� � � '.r. � i � I I � - • ����. 1 / : �^ • ��•� .1 I � .��...�_...___�—_ �``[a . _ I i � � ' � .� �e _ _, . � � j . ��. �� i � � � �� � =r Appendix G�-&.06.D Mznoriiy and Women Owned Business Esztez-prise Compli.ance GC-6.0� Pe,rmits a�zd UtiIities CI'I'X OF FORT WOATH Playground Replaceinent at Qaklzurst, Wartli Heiglits, Hau-olcl Park STAt�1JaARb CpA[gTRUCTION SP$CiFICATION DOCUMEIVTS Revised March l I, 2022 10246�4, I 02�165, 102�1b3 9!8l22, 11:09 AM M&C Review Dfricial site oF tl�e City of Fort Worth, Texas �ORT �4��RTl [ �� �oU�c�� �1�����a �_ Create New �rom ihis M&C ., � :_..,.��---.�__. = __�.�_�___�---�—�=:____.� �...w��.^�.-...,..�_.__..�__� - --...��..- REFERENCE �*M&C 22� LOG ���'LAYGROUN� REPLACEMENT AT DATE: $123�2�22 NO.: D657 NAME: OAKHURST, WORTH HEfGHTS, HARROLD PUBL.lG CODE: C TYPE: C�NSENT HEARING: NO SUBJECT: ��07 ��3. 4 fo Re lacekrnent of P ayg�ounds at�OakhU sttuWorth �Heightsna d Harrold $ , � Parks RECOMMENDATION: It is recommend�d that the City Counci[ authorize execution of a contract wifh Cole Constructian, lnc., in the amounf of $7�7,253.8� for Playgraund Replac�rnen� at Oakhurst Park {City Project Na.1 a2464), Vllarth Heights Park (Ci#y Projec� No. 1a2465), and Harrold Park {City Projecf No,102463). DISClJSSION; The purpose af this Mayor and Councii Cammunicatian (M&C) is to authorize �he award and executfon of a constructian contract with Cale Constructian lnc., in the amount of $707,253.84 for playground replacement at Oakhurst Park, Worth Heights Park, and Harrald Park. Pro�ect funding for the three park pl�y�rour�d replacements is as follows: __�.�.__ � .�_ . __.._. _ Fund ��n� Project p�oject Amount Mo. Mo. _ 3011 Q PARD Dedica�ion Fees Fund 34'l10 PARD D�dicatian �Fees Fund M.----� 30'f 00 G��eral Capifal Projects Fund 3�002 PARD Gas Capifial Projects Fund �_..���� � Q PARD Ded�cation .— �ees Fund �1 D2463IHarrold Park � �174,492.00 -� _— __.._._�tiPlaygroun� _ .___.�..._ ._ 102464 ���hurst Park �2�3,873.00 Playgro�nd 4 _ _._ ._....._. ._.��2464 Oakhurst Park $�36,2G2.00 Pfayground ___ .. 10246� �akhurst Park �_� $2 339.a� Playgraund � _�____._ 102465 �d�h Heights Park ���Z��g�,00 Pla ground � � � Y �..__..._ -- � _�__.�_.__.._.__.�_..__.�_�--- __ . _��.�.-_ Total $839,951.UU _�..�___ �..._ This pro�ec� was ac[v�rtised f�r bids an May 1�, 2022 and May 18, 2022 it� the For� Wor�h Stat-Telegram. Qn June 9, 2022, tf�e follawing �ids were r�ceived and ta�uiated: , _�, �..�_—___ Bidders Base Bid� � Bid Alterna�e Total � __ .—._._ . _—�__.._ __�..___... ��__—_._.._.. o _ —._.�. —.._ rGGC Ger�eral Co�tractors (non-r�sp nsi�e) � $687,477.86 � $34,1 �.1..'SL� _ 721,59 . I._.�.._,----..�� --._��_..�__._� ` �. .._ __ ___. Cole Co..__ _....—_...__.�---. _�._��..__.__ '._.._._._ -----�-� � nstruction $7�7,253.84 $57,893.45 $76�,�A�7.29 .._____�__.__-�._---.I ._---___._.�__�_��_�.�___ _.__ ..—______..____..—__ .... , I .-�. $715,96a 03 $39,917.23 $755,877.26 �..1. Design and Construct�on � _.__..�_.------'-�i._... _.__.�_ ._._____.___�.�_.____._---- ----_�__._. _--- _.. �__�.NorkhstarConstruction� �$76�,8SO.�OI $49,209.fl0 $8'11,089. ____...� CGC General Contractars is considereci a nan�responsive bidder due to failure �a recognize the r�vised bid proposal in Acfdendum #3. It is recommended that Cole Construction Inc., be awarded a co�tract in the amount of $707,2�3.84 as the lowest responss�e bidder. filp:I!!X:lPLANN4t�G & RESOURGE MANAGEMEN7ICAP{TAL PROJECTS INFRASTRUCTURElPFtQJECTS ACTIV�IPV - PlaVaround Replacements 918122, 1 � :09 AM M&C Reviev� Base bid improvements incl�de fhe foflowing: r�moving and disposing of existing playground equipment, concrete 5idewalks, concrete r�ow strips, ADA ramps, sub-drainag� systerr�s, and waad fibar safety surFace materials. In addition, other improvements include: instail�#ior� of new playgro�nd equipment, concrete irvalks, cancrete mow strips, ADA ramps, sub-drainage sysfems, tapsoi[ pEacem�nt, sod, waod fibar safety s�r�ace materials, and par#c bench�s. No Alfiernate Bid iiems are recommended far this project. It is �sfimated that consfruction wifl b�gin in Septemb�r 2022 and be complet�d by January 2023. Funding is bu�geted in the PARD Dedication Fees Fund, PARD Gas Lease Capifai Praject Fund, and General Capftaf ProjEcts Fund for the purpos� of funding fhe Harrofd Park - playgraund r�placement, Worth Heigi�ts Park -�[ayground replacem�nt, and the Oakt�urst Park - p�aygt-ound rep[acem�nt . Cole Construction, lnc. is �r� compliance with the City's �usiness Equity O�dinance by cornmitting fo 1�1%o �3usiness E�uity par-ticipafion on this project, The City's Business Equity goal on fhis project is 111%. (Playgroun�s) are locate� in Counci[ District 9, FISCAL INFORMATIONICERTIFICAT�ON: The Director of F'inance certifies t�at f�nds ar� availabl� in the current capital buciget, as previo�sly approprtated, in the PARD Dedications Fees Fund, General Capital Projec�s Fund, and PARD Gas Lease Capitaf Project Fund for the Harro�d park - playground repiacement, Worth Heights Park - playground replacement, and the Oakhurst Park-playground replacement projects to suppor� the approva! of th� above r�commendation ar�d execution of the consfructian contract. Prior to an exp�nditure being incurred, the Park & Recreatian Department has ihe responsibility of verifying the availabi�ity of f�nds. F'und Depar�mer�t Acepunt 1D OM Fund �epa�rtme��n����t���Accoun# Id I Projecfi Program Activity Budget Re�Ference �� Year (Ghartfield Project ID Su�mitted for City Manager"s Office by_ Originafing Department H�ad: Additional Enformat�on Cor�tact• ATTACHMENTS Amount Amount 1p24�i470246510246 - P}ayground Replacement Compliance Merno 2272Q RZ pdf (C�W Interna!) 80PLAYGROUND REF'L.ACEM�NT A�' OAKHURST, WORTH HEIGHTS, HARROLD F1DS.xfsx (CFW Internal) 80PLAYGROUND REPLACEMENT AT �AK!-iURST, 1NORTH NEIGHTS, HARROLb P Punds avaifabifity_.pdf (CFW internal) Bid Tab.pdf {CFW Internal) Form 'f295.pdf (CF1N Internal) SKM C384e2207�41a2�L1 pdf (CFW fn#ernalj Prograrr� Activity BucEget ReFer�nce # Year Cf�artfieid 2 Valerie WasF�ington (6� 92) Da�e L.ewis (57'f 7) Patrick Vicknair (5967) �i�e:lliX:IP�ANNING & R�50URC� MANAGEIIA�NT/CAPI7AL PROJ�C�S INFRASTRIJCTUREIPROJEGTS ACTIV�IPV - Playqraund Repfacements... 212 ADDENDUM # X P1ayg� ouxa.d Replac�m�nt at Oakhurst, �Nox�h T3eigh-�s, Hax�old Pa�1� May 12, 2�22 TO ALL BIDDERS: Please attach addendum to the speci�'rcations. This addendti�m is hereby made a part of i�ie Cant�:act Documents ax�d is is�ued �o tnodify the Invitation to Bidders. PR03�CT MANUAL R��er to Seetzan QO 11 13 I�vi.tation to Bidders 1. A Pxe-Bzd Coni�erence has been added and will be held on May 25, 2D22 at 2; 00 PM at the �'ark & Recrea�ian Departrxient locatec� at 4200 S, Fxeeway Suite 2200 Foi-t Worth TX 76115 2, The bid opening date has been cha.nged ta �u�e 9, 2022 END OF AD➢ENDUM #1 Bid O�ening Date: �tu�.e 9, 202� Ackno-wJ.edge th� recei�t a� this Addendum on yow� Propn�al, r�; ... � ° � i �.1`' � � 2 \ '�%i ` a�: 1'atrick Vicicnair, Proj ect Ma��ager Release Date: May �.2,. 2022 ADDENDUM #2 Playground R�plac�ment at Oa1�u�.�si, �Waz-�h I�eigh�:s, Haz-roId Park J�une 8, 2022 TO ALL BIDDER�: This adde��.di�n1 is lz�reby rna�e a part of �h:e Coniract Doc-urne.nts and is issued to znodi:fy the Tnvitatian to Bidders. '4Vriiten Questions �ent via email; 1. We don'i �ave ei�ough �aom in this layaut �oz Haz•�•old Park base on wha� we ha�ve on the piaz�.s that we have. Can this be expanded? Ye�s. The n�o�, .st�rip crs d��cc�s�r� in t.he eons�r^zretion doc��raxent�s is too s�a2cell fa�• the p�•aposec� play eqir.ipr�zent ar�d �ilr be ehcrrxgeci d�Gr°ing cor7strtrction by crddir7g nzor°e liner feet. 2. 7n-�he "Bid Propasal Wozl�book for Gontractor" file t�,vo af the secf'rons (00 �1 00 and 00 43 13) are fox �he "Waz-ih HiIIs, Casino Beach Pax1f and Hillside �'a�k" bi� zn 2021, Will an addendum �be issued �ith coi-�-ected foxnis? Yes, �'�re correctio��s hc���e been merc�e cr��.c� tcploer.decl into B1M360, 3, I'rn cu�.able to �ind tk�e procedu�e for qualifying subcont�•actors. The �nvi.tatian ta Bidders state�: "QUALIFxCATT�N Certain ix�:iprnvem�nts incXuc�ed in ihis pz�oject must be per�Eoi�ned by a contractor or designated subcontzactor wha is qualzf�ed b� the City. The procedures fo�� c�uali�ication aze autZiiled in the Section 3 of 00 2� 13 — INSTRUCTIONS TO BIDDERS" Haw�ver, "SectYoz� 3 of QQ 21 13 — Tilsta�.�ctioz�s io Bidders" doesz�'t l�ave aza itei�� with pzocedYues for qualification by the Ciiy, tiVhat are the proceduzes? U�izc�er Sectio�a 00 .2I I3 an�c�et� iten7 2.3 sCates; The City re,rerves the right to reqzri�•e cr�7y c�arcrl fec� co�zt���cta�� tivho is i1�e crp�crt�e��t lo�•v bic�c�er fo�� � p�'oject to sarb�aait si�c1� crc�ditroMal i�zfor�r»c�tian cts �17e Crt}J, i�� rts sol.e disc7�etior� ta�ay r°eqari�^e, rr�cl.zrc�rng bzrt raot l.ila�rtecl ta n�arrpo��ver� crr�cl eqzrzpr�ae�t r�ecords, Ir3for�aacttio�a crba�rt key persor�t�el t.o be uss=ignec� t.a the praje�t, Gn7c� co�7st��zrct.ian sclzeclirle to as�srst the City i�a evcrl.aratii�g cr�tcl assessi�7g t17e abr'li�}� af t17e cr�par•e��t T.oti>> bicr'cl�r to de17ve7� cr qtrcrlity pr�oa'iret ar�d sxrccessfir.11.y corr7�iete projects for• tlae �rmozrf7t 7�id rvitl�rr7 the stipirlated tir�ae fi�zrn�e. 4. Also, Seciion 00 �5 12 "Preql�alii"ication Statament" in the Bid �'��opasaI Wo�Icbaol� wail't allow edzting/typing in ozder fiIl ir� qur Company Name, Ac3.dress, Tit1e, Date, �tc, below the ta�ble wi1;h subcont�actor zxLfor�rnation, An excel ��e�•sion af,Sectian 00 4512 hcrs been uploadei� in BIM360 S, Tl�e CAD drawings that weze added ta the bzd in�o�•rnatiaz�. onli��e — do they contain changes to tlxe plan5 that weze oiiginally isstxed with tlle bid? No. Tl�e C.�D d��aVi�r'��g,� tii�er•e ��ec�arested t.o be irpla�rdec�for tlie cor�venienee ofpr�eparr.'r�g tcrkeoff,r 6, Lool�zng o�v�r tl�e plai�s far this pr�� ect T see -that Biu•k�, Ga.metirr�e, a��ei Mz��acle hav� playgz•ot��ids thai are a�proved, Is ��ere an. oppoxhii�ty to 1�ave another nlanu:factuzer'� stzuctu�•e apprnved if'tI�e desigz� and inte�7t are repZicated? No othe�r�layg�•oac��.c�,r z��ill be COY151L�21"GG�. 7. Can yau please se�d ovez plans tliat a�� i�ot protected? I axn 1:rying ta pez�o111� tl�.e fal{�-o�'f throngla my so�ivva�e, and I am unable i:o do tl-�at vvith th� pl�n� restricted. I�' not, ihat is olcay, I c�n perfa�in xxi.y talceo�'by lia�ld. Tl�e CAD c�r�crrs�i�zgs� have been u�loc�decl ir3 BIIvI 360 fo�� cora.l.rccetor�s` ta per;for'»� tc�lceoff. Tl�e B7d P7'o��oscrl s1�cr.li be bc�sec� or� ihe PD�' Bid Daczc��7ef�.ts. 'Will you accapt Play and Paik, a division of Piaycore as an equal subinissian fa� the play aquzpment for al]. 3 Par1�s? I also repx��seil�: Ulfra Site and can include the Molly ba�ch on my bid as r�ve11 as su��acing. 1�e can��ot crcce�t Plcry cinc� Pc�r�l� as c� sztbstih�tion fo�� the plct}� ec�a�iprazent bxrt ��e tivrll be cr.bie to cr-ceept yozr�° bids for tl�e 17zolly be�zcl� crnc� fr.bal° szn fcrce, 9, Z'm worlcizig on our bid fox "Pla�ground Rep�acemez�t at Oalchur�t, Virax-�l-� Heiglits, �Iarrald Pa�•k" and notzc�d in the "Bid 1'roposal Waz•lcbool� for Contracto�" �.le two af the sectioi�.s (�l4 �1 00 and OD 43 13) ate faz• the "Wnrth Hills, Casino Beach Park ax�d Hillside Park" bid in 2�21. Wh�re should � regist�r fot comm.unicatzansladd�ndums for the cu�ent Pla�ground R�pTacements bid? I didaz't see a lixilc on. tl�e Fort Waz-th vvel� page j;vheie the bid linl� is posted. The cor��r°ectior�s hava been n�ctde c�nd a��alouded i�.to BIM 3 60. END QF ADDENDUIv1 #2 Bid Opexv.ng Date: 3uz�e 9, 2Q22 Acknowledge ihe receipt of t1�is Addendum on �our Pzaposal. � .,�''W�--- '�����_. �. By; t��� ��� �.. pat�ick Vickriair, P�oject Man.ager R�lease Date: Sun.e 8, 2Q22 ADDENDUM #3 P�ayground Replaceznent �,t Oa1�hu.r,��, Woz�:h Haights, Ha.rrald Paz�c June S, 2022 TO ALL STDDERS; Thzs adclendufn is hereby made a paz•t of th� Contr�ct Dacuznents and is issued to znodi�y the Znvitatzon to Bzdde�s. 1. �ection 00 42 �3 Prnposal Form has bee�i revised anc� ���laaded to BIIVI 3�0, Contractors shali use the re�ised Proposal Form to submi-� pz•oposals, END OF ADDENDUM #3 Bid Opening Date: June 9, 2p22 Ac1c�lowl�dge the receipt of tl�zs Addendum on yaux Proposal, B�'����'�%' �'`' '� ' ' G{ � �'"� f� __._ �• Patzick Vi.ckr�air, Proj�nt Managez� Release Date: June 8, 2022 0o z i r3 INViTATI.ON TD BIlaD�1�8 Fage 1 of 2 SECTTON OU 11 13 INVITAT70N TO BIDDERS x�cE�T aF Bm� Sealed bids for the construction of Playground Replacement at Oakhurs�, Worth Heighfs, Harrold Par�C {"Project") will be recai�ved by the City a£�rflrt Woz-th Purchasiiag O�iice until 1:30 �.M. CST, T1a�rsday, June 2, 2022 as fitrther described below: City of �'ort �Vorth Purchasi:ag Division 200 Texas Sfreet Fort Woz-th, T�xas 76102 Bids �vi11 he accepted by: US Mazl, Courier, Fe.dEx or hand delivezy at the adtlress above; Bids vvzll be opened publicly and read aloud at Z:00 PM CST in the City Council Chamb�rs. GENEItAL DE�CRiPTION OF WORK The maj or work will cansist aithe (approxixt�.ate) following: Remo�+irig and disposing of e�sting playground equip.rnent, conc:rete sidewaJks, ADA razxips, drai�aage systenn.s, safet� surface mat�rz�al, tre�s and park benches. Installation of new playgraund equipment, corncrete side�alks, ADA ramps, drainage system.s, safety suxface material, and misceIlaneous park amenities to include but not 1'tmited to park benches, picnic tables. QC7ALIE'ICATION Certain impra�ements included in i�zs project must b� parformed by a coni�'aetor or desi.gnaied subco�traciox who is qualif'ied by the City. The proc�dures for qualif'ica�ion are outlined zn the Section 3 oi 0� 21 13 — INSTR�[TCTIONS TO BIDDERS. DOCUNIENT EX.AD�TATZON r�.ND PRQC�TR�MENTS The Bidding an.d Contract Documents may be examinad or obtained on-line by visiting the City a£Fort Worth's Furck�asing Division wehsite at h:/lwww.fioxtwortilt��.as. ovl urcllasuz �d clzcking on the link to tk�e advertised projeet �'olders on the City's el�ctronie dncuznent management and collaboration. system szte. Th� Cantract Documents may be downlaaded, viewed, and printed by interrested contractors andlor suppJiers. EXPRESSION OF INTERSEST To ensuxe potential bidders ax'e kept utp t� date �£ auy n�w infarmation pertinent to this praject, aIl interes�ed parties are requested to email Expressions of Interast in this pz'ocurement to tbe Czty Project Manager azad the Design En�i�eer. T3xe email should include the compan�'s name, contact person. and that iyadividual's email address and phone nuxnber. Ail Addenda will be distributed directly to those who have expressed an i�ter�st i�a the �rocuxement and will also be posted in the City of Fort Worth's purchasiri.g websit� at http:l/fortwar-thtexas..gavlptu-cl�asing/ Prospecti�ve bidders can e�mail questions or comments i� accardance with Section 6 af the Instructions to Bidder� referenced aba�e to the praject manager{s} at th.e e-mail addresses listed below. Ernailed questions vvill suff ce as "questions i.n. writing." If necessary, Addenda vvzll be issued pursuant to the Instruntions to Bidders. CITY OF �'ORT WORT�T STANDART7 CONS'fRUCTIdN SPECIFICATION DOCUIv[ENTS Revised 7/19/2021 pVaygrou3id Iteplace3i�ent at Oal:lmrst, WortU Meigl�cs, HaiTold Park 1024G4,1Q2465,i024b3 OU 11 l3 TNVITATION TD BID17EPuS Page 2 of 2 Cri'Y'S RIGHT TO ACCEPT OR REJECT BIDS Czi:y reserves the rzght to waive irregularziies and to accept or raject any pr aIl bids. • �:_1 City wi.Il award a contract to the $idder presenting the lowest price, qualz�cations �id cam.petencies conszdered. INQ�U1It�S Ail inqui:ties relative to this prac�zrement s�aould be addressed to the folZowing; Attn: 1'atrick Vickx�a�z, City of Fort �Torth E1��.II: P�tT1CIC.V1Ckl1�lI'@fortworthtexas.�ov Phon.e: (817) 392-5957 ADVERTT�EMENT DATES May 11, 2022 May I $, 2022 END OF �ECTION CITY O� FORT WORTH ST1-�I1DA�b COIrISTRUCTIOAi SPECIFICATION DOCUMENTS Revised 7/19/202] Playground Replacentent ai Oalch«rst, Wor�h Hei�hfs, Harro[d Parlc l 02454, 1 D2�465, 1 p2�463 Ofl 21 13 IN�TRUCTI�NS TO BII7DER5 Page 1 0£9 �Ec�rxoN oo zY i� INSTRUGTIONS TO BIDDERS 1. Deii�ed Ter�ns 1.1. Capitalized tezxns used in the5e INSTRUCTIONS TO BJT�DERS are defined in �ectiorn OQ 72 00 - GENER�-. CONDITION�, 1.2. Certain addiiinnal ter�ns used in these IlVSTRi3CTIONS TO B.IDDER� have the meaz�ings izzdicated below which a.re applicable to both the sin.gular and plural thereo�. 1.2.1. Biddex: Any person, fu-m., partnersluF, campa�Y� �ssociation, or corporatia� aciing directiy tl�rough a duIy authorized representa�iva, submitting a 5id for perfo�xning the work con�anaplated und�r the Contract Documents. 1.2.2. Nonz�esident Bidder: Any person, firm, parina�'ship, company, assaeiatinn, or corporafion acting directly throu� a duly autl�°rized �repzesantative, submi�ing a bid fnx perf'orming tlie work contemplated under the Contract Documents v�hose pri.ncipal plac� of busin ess is not in the State of Te�as. 1.23. Successful Bidd�r: The lowest responsible and responsive Bidder io wham City (on. the basis af City's evaluatian as hereinafter providadj makes an a�rard. 2. Capies of �idc3ing Documents 2.1.Neiti�er City norr Engin.eer shall assuzne an.y responsibility �or errors or misitzterpretat'tans xesultzng from the Bidders use of incomplete sets of Biddixzg DoCuments. 2.2.. City aaad Engineer in making copies of Biddiz�g Documents available do so only for tha puxpose of abtaiziing Bids for the Work a�ad do not authorrze ox confer a license or grant foz- any other use. 2,3, T�t� City reserves the rig�af to requira any qualified contractor who zs �he appax'ent lova bidder for a project to submit such additional infortzaation as the City, in its sale discretion may require, including but not Iimited io manpow�:r and equipment records, information about icey personnel to be assigned to ihe projeci, and construction schedule fa assist the City in avaluating and assessing the ability ofc the apparent law bidder to deliver a c�uali�r product and successfully caznplefe projects for the amoun� bid within the sfipuiated time frame. Based upon the City's assessznent of the submitted informatian, a recomm.endation r�garding the ar�vard of a contract will be made to t�e City Courncil. Failure to submit tlae additional infor�ation, ifr requested, may be grounds for re�ecting; the apparent low bidder as non-respon.sive. Affected coiii�actors vai11 be notifzed in writi�ag of a reconamendation ta the City Coun�il. 2.4, Additional requirements foz' qualificatton may be required witnin various sections of the �ontract Documerats. C1TY OP FORT WORTf3 P1ay;round ReW.kacement at Oakhurst, Worth Hei�l�ts, Harrold Parlc STANDARD CONSTI2UCTION SPEC7FICATION DOCUIVIENTS 10��4b4, 1024E5, 102463 Revised/lJpdated Isovemher 2, 2021 oa zi i� 1NSTRIICTTONS TO HIDJ7�R5 3. Examination of Bidding and Contract Docunnents, Other Related Data, and �ite 3.1. Be�ore submitting a Bid, each Bic�der: Page 2 of 9 3.1.1. �ha11 e�zamine aa�d cair�fulIy study t�ie Cont�•act Docuinents aud other related data identifted iz� the Bidding Doc�ments (incIuding "fechnica] data" xeferred ta in Pat�agraph 4.2. belo'qv). Na information gzveza by City or an� representative of the City oiher �an �liat coistained in the Contract Docum��ts at�d officialIy promulgat�d addenda thereto, shaIl be binding upon the City. 3.1.2. Shauld visit tlae site to become familiar �ith and satisfy Bidder as to the general, local and sit� coiiditions that m.ay affect cost, progress, perfor�x�ance or farnishing o�'the Worlc. 3.�.3. ShaII eonsider ��deral, state and local Laws and ReguIations t;h.a� may afFect cost, pro�ress, performance or fizrnishi�z� of the Work. 3.1.4. Shall study all: (i) reports af explora�ions az�d tests nf subsurface condition.s at or contigunus to #he Site and all drawings of physical eondi�ions ra�ating ta existing surface or subsurface structures at ihe Site {�xeept Undergxauild Facilities} that have been identified it3 the Contract Documents as caniaining reIiab�e "�ech��ioa1 data" and (ii) reports a.z�.d drawings a£ Hazardous EnvirozuneiitaZ Conditions, if any, at the Site tha� ha�e beeaa identi�ad in the Gontraot Documents a� containing re�iable "fechzucal data." 3.1.5. Is advised that tI1e Coni�act Docutz�ents o� �le with ihe City shalI constitute all of the in.�ormatzon whic� the City will fuz'nish. All additaonal informatian and data which -F�Ze City vv�II supp�y after promu�gation of the forn�al Cantract Documents shall be zssued in the for,rn af written addenda and sl�all become part of the Contract Documents just as though such addenda were actua�l� written into ihe original Contract 3�ocuzz7.ents. No infor�nr�ation gi'ven by the City ather �an that contained in the Cantrac� Documents and officially praz�rxuIgated addez�da thereto, sha�l be binding upan the City. 1.6. �hould perfortn indepex�dent researel�, investigatians, tests, bor�ngs, a.xid such ather meai�.s as tn.ay be necessazy �o gain a c.ompiete knowledge af the co�diiions which will b� encauntered during the constz�uc�ion o�the project. Fa:r projects wifh restrioted access, �tpon z'eques�, City may provide each Bidder access to tlie site to condnct such exat�aizlatians, investigations, e�ploratinns, tests and studies as each Bidder deems neeessary for submission of a Bid. Bidc�er nnust fiI1 a11 holes and cleau up and restor� the site to its forxz�.er condztions L�pon con�apletion of suc� exploratians, investigatians, tests and studies. CITY OF FORT WORTH Play�ow�d Re�laeemeitt at Ot2khurst, Worlh I-ieigliis, 1�¢rrold Park STt1NDA12D CQNSTRUCTION SPECIFICATIQN ]7qCUNlENTS ] 024G4, ] 02465, 1024G3 Rer+ised/CJpdated Novem6ar 2, 2D21 oa a1 i3 ]NSTRUCTIDNS TO BIDDERS Pa$e3 oF9 3_1,7. �ha11 determi�e tlae diff'zculties af tha Worlc and all attending circumstances affacting the cost of doing the Work, time required for its camplet�on, at�d obtatn all i�ormaiion required to inake a pxoposal. Bidders sl�all rely e�€clusively and saleIy upon their ovvn estimatas, investigation, r�search, tests, exploratzons, and other data which are n.ecessary %r full a�ad complete information upon �n�hich the proposal is to be based, Tt i.s undez'stood that the submissiqn oi a propnsal or hid is prima-facie evidence YJaat tlae Bidder has �nade the investigations, exa�nu�ations and tests bezeii�. required. 3.1.8. 5ha11 prom.ptly natify Czty o� all conflicts, errors, ambiguities or discrepancies zn or between the Contract Docuzxients and such oilxer related docutnents. The Con�z'actor shall not take advantage of any grass erroz or ozni�sioz� in the Conixact Documents, and the City siaall be permitted to make such eorrections or int�rpretations as may be deexned raecessary fox fulfillment o£the inteni of the Contract Dacumen.l:s. 3.2. Reference is m.ade tio Section QO 73 00 — Supplementary Conditions fox iden.tification o�: 3,2.1. those reports of e�ploratians and tests of subsurfane cand'ztions at ar contiguaus ta the site which have been atilized by City in preparation af the Contract Dacuments. The Iogs of Soil Borings, zf azj.Y, on the plans are far general znforn�.ation only, Netther tlae City nor the Engineer guarantee that tha data shown is representaiive a� conditions which actually exist. 3.2.2, those drawings of physical conditions i� or relating to existr�ng surface and subsurface structures {exc�pt Undergraund Facilities} which are at or contiguous tn �e site t11at ha�e been u�ilized by City in pxeparation af the Contract Documents. 3:23. copies af such reports and drawings wiJl b� �ade a�ailable by City t� any Bidder on request. `I`hosa r�ports aaad drawings may not b� part of the Cantract Documents,. but the "technical data" contained thezein upon which Bidder is entitled to rely as provid�d in Pax'agraph 4.02. of t.�.e General Coiiclitaons has been identified a.nd established in Paragraph SC 4.Q2 of the Suppiementary Condztions. Bidder is responsible for any i�terpretatian or conclusian drawn from any "technieal data" nr any c�thez data, interpr�tations, opinions or infarznation. 3.2.�.Standard insuraz�ce requirements, coverages and J,imits. 3,3. The subnnission of a Bid will constitute an incontrovertible representation by I3idder: (i) that Bidder has eomplsed with ev.ery re.qu:�reanent of tb.is Parag,raph A, (ii) that �vithout e�ception the Bid is premised upon perforn�ing ar�d fur�ishing the Work required hy the Contract Documents a�nd applying the specific zr�eans, methods, techniques, sequences or procedures of nonsiruetion (if any) that znay be shown or indicated or expressly required by the Cont�ract Documea�ts, {izz) that Bidder has given City vc+ritten notice of all conflicts, e�'ors, ambiguities and discrepanci�.s in the Contract Documents and tbe �ritten resoTutions thereof by Ciiy at'e acceptable to Bidder, and when said conificts, etc., hawe not beeii resolved through the inte�aretations b� City as described in Paz'agraph 6., and (i�} that the Contract Docume�ats are generally sufficientta indicate and convey undexstanding of all te�rzns and con.ditians for perforz�ning an.d fu�-�t�,ishing the Work. CI-Ty OF F01�T WORTH Play� 6uncl Raplacement at ��khurst, Wa��tl� lle'stlhts, Harrold Parlc STl�N1aAR17 COt�STRUCTION SFE�Ik'1CATIQN I]OCU[vI�'I`Txs 10?�G4,10246�,1Q24G3 Revised/LJpdated November 2, 202I 00 2i z� �rrsTxucTioNs xo glnn��s Page 4 of 9 3.4. The provisions oftliis Paragraph 4, iilcIusive, da n.ot apply to Asbestos, Polychlorinated biphenyls (PCBs), Petraleum, Hazardnus Waste or Radioactive Material cavered by Paragra�li 4.06. of fhe Gen�ra� Canditioa�s, unless specifically identified ira f.�e Coniract Documezlts. 4. Availability of Lands #or Work, Etc. 4.1. Th� Iands upou which the Work is to be parformed, rights-of-way and easements for access thereto anc� other Ia,nds designated for use by Coniractor in performing fhe Wor7s are identif"ied in the Coi�tract Docume�ts, AlZ additianal lands and access thazeto required �or tennporary cansiruction facilities, construction equipznent or storage of mate;rials at�d equzpment tn be incnrporat�d in fh,e Work axe to ba obtained and pa2d �or by Cont�actor. Easeme�.ts for permanent strEactures ar pern�anent c�anges in existing �'acilities a�re to be ob�ained and pazd for by City unless of.herwzse provided in fhe Contract Docuz�n.ents. 4.2. Outstanding ri�ht-of-vway, easements, and/or per-t�.its to be acqu.�'ed by t11e Czty are listed in Paragraph SC 4.01 of the Supplementaty Conditioiis. In the event fha necessary rigI�t- of way, easements, andlor pezxn�ts are not abtained, the City resez-ves the right to canceI the �ward o.f caniract at �ny �irtze before the Bzdder begins atay constt�uctiozx worlt on the projecl:. 43. 'I"he Bidder s�.all be prepared to commeiice canstruction without all executed right-of way, easame�ts, and/or pez�nnits, ax�d shall submit a scheclule to the City of how construction wiI] proceed in t,1xe oth�r areas of the project t�.at do z�ot require perz�nits and/or easer�.ents. S. �nterpre�ations and Adden�da 5, l.. AIl questions abaut ihe meaning ar intent of the Biddirig Daeuzx�ents are �o be d'zrec#ed �o City in writing an or before 2 p.m., tiae Monday prior to the Bid opening, Quest�aiYs �eceived aftar this day may not be responded ta. Interpr�tatipn.s or cla�ifieaiions eon.sidezed nec�ssary by City in xesponse io such questions will be issued by Addenda delzvered to a11 parties recorded by City as I�aving rece�ved the Bidding Docurr�.en�s, Only questions answered by fo:rmal vvritten Addenda wiIl be binding. Oral and ather interpretafions or clarif cations will be without legal effect. Address questious to: City of I'ort War�h 200 Texas Stree� Fort Worth, TX 76�02 Ai�t-i.: 1'atrick Vic�air Project Manager, Park & Racreation Departrrzent Email: Patrzcic.vicktzair@�ortworthtexas.gov Plaoile: (817) 392-5967 5.2. Addend� may also ba issued to rriadify tlze Bidding Documents as dee��d advisable by City. C�"I"Y p� r�RT GYORTH Flayg€�o3n�d Fte Iacement at O�Id�urst, Wortla 1Teio 5T�IdDARD COI+ISTRUCTTON SPECTk'ICATTON DDCt.1N1EI�[`1'S � nlits, Har3-o]d Parlc ! 02464, ! D2465, [ 02�163 I2evised/iJpdated November 2, 202I fl0 21 13 INSTRUCTIONS TO BIDDERS Page 5 of 9 6, Bid Security 6,1. Each Bid �nust be acco nr�panied by a Bid Bond made payabla to City in an amount of �ive {5) percent of Bidder's inaacimu�n Bid price, o�. tk�e form attached or e.quivalent, issued by a surety meeting flae requirements of Paragraph 5.01 of the General Conditioi�s. 6.2. The Bid Bonds pro�ided by a Bidder will be xetained until t1�e condition.s of the Natice of Award have been satisf�ed. If tha Successful Bidder fails to execute axad returzz the Contract Docum�nts within J.4 days after the Notice of Award canveying sa�e, City naay consider Biddez� to be in. default, rescind the Notice of A�ard a�d act on the Bid Bond. Such action shaIl be City's exclusi�e remedy in the evant Bidder is deemed to have defaulted. 7, Contract Tinnes The nunnbex of days �vithin wlaick�, or �he dafes b� which, Milestones are to be achieved in aecordance wi�i the General Requiremsnts and the Work is to be corn.pleted aud ready for Fi.z�al Acceptance is set forth iz� the Agreement or inearporated thereiui by re�erence to the attached Bid Forn�.. S. Liqtxidated Damages Pravisions for liquidated damages are sat fqrth i�. the A�reement. 9. Subs�tuie and "Or-Equal" Ytems The Contract, if awarded, will be on the basis af naaterials and equipment described iaa the Bidding Dacuments without ca.nsidexa�ion of possible substitute or "or-equal" items. Whene�er it is indicatad or specified in the Bidding Documents that a"substitute" or "or- equal" item of m.aterial or equipm�ent may be fiirnished ar used by Coi�traotor if aeceptable to City, application for such acceptance v,+ilI �ot be oonsidered by City until after the E.ffecti�e Date of ih� Agreement. The procedure for subz�nissio� of any sucla application by Contractor a.zzd consideratian by City is s�t for� in �aragraphs 6.OSA., 6,QSB. and 6.OSC. of'the Gen�ral Condifions and is supplea�ented in Se�tinn O1 25 OQ of th� General Requirements. 1.0. Subcnntractors, Suppli�rs an.d O�hers 1p. J,. In accordance with ihe City's Business Equity Ordinance No.251.65-10-2021 the City h.as goals for tha parCicipatian of minority business andlor women business enterprises in City eontracts $100,000 ax greater. See Section DO 45 40 for the MIWBE Pro�ect Gaals az�d additional requireinents. Failure to comply shall render th� Bidder as non-responsi.ve. Business Equity Ordin.ance No.25165-10-2021, as amended (re�laci�g Ordinance No. 24534-11-2020), codified at: hit s:l/codalibra .amle al.coin/codes/ftworthllatest/ftwarth tx/O-Q-�-22593 10.2. No Cou�x'actor shall be required to employ any Subconlxaciar, Supplier, othar pe:rs.on ar organization agaix�st whol�. Contractox or City l�as reasonable objection. ],1., Sid Form CITY OP PORT WOR'T'H Play�row7d Replacemenk �t Oakhurst, Wo�th Heights, Harrold Pa��k STI�DAl217 COIdSTRL]CTI�i�I SPECIFTCATION POCUIYIENTS 1a246A, ID2465, I�2�tG3 Re�ised/i3pdated I�IovemUer 2, 2021 00 2� r� 1NSTRl7CTIdI�IS TO BIDDEI2S Page S of 9 11.] . Tl�e Bid Forr�-i is included widi f�ie Bidding Documents; addztional eopi�s znay be obtained froin the Citq, 1 I.2. All b�arilcs on the Bid Forxz�, zn.ust be completed and f.he Bid Fort�n signed in iutzk, Erasures or alteratio:ns sl�ail be initialed in i.nlc by the paxson signzng the B.id �oz�n. A Bid prlce shall b� indicaled for each Bid item, alternative, and unif pr-ice item listed therein. In the case of optzona� alierxiatives, the vrords "Na Bid," "Np C1lange," ox "Not Applicable" may be eni�red. Bidder sliall state the przces fnr which fhe Bidder proposes to da the wo:rk contemplat�d or furnish materia�s required. AIl entries shall be Iegible. I I.3. Bids by corporations shall be executed in the corpaxate name by the president ox a vice-pxesident or otlaaz- corporate officer accompanied by �vidence of authority to sig�a, The corpoxate seal shall be affi�ed. Tha cozporate address and sta�a ofi incorpoxation shalI be shown balow the signature. 1 I.4. Bids by partnerships shall be executed in the partnership n,ama and sigt�.ed by a pariner, whose �tle must a.ppear under the signature accoznpa.nied by evzdence of autharity to sign. The offtcial address of �e partnersI�ip shall be shown bel.p'Uv the signature. 11.5. Bids h� limifed liahzlity compatz.ies sha11 be executed in fihe narz�e of �he firrn by a mernber and acc��panied by evidenca of authority tq si.gn. Tk�e state ai'formation o� the fu-rn ancl the bfiicial adciz-ess of the furm sha11 ba shozvn. 11.6. Bzds by �ndivzduals sha]I sho� tl�e Bidder's naz�e and official address, 11.7, Bids by joi��� ventuxes shaII be execu�ed by each jointvezZiure in the �tnanner indicated on the Bid Form. The q�icial address af the joir�t venture shail be shnwZ�. I.1.8. 11.9. AI1 nazxies shall be typec� or printed in xnk b�low the signature. The Bid sl�all contain an acknowIedgenue�t of receipt of al1 Add�nc�a, the n:umbers of vvhich shall be filled zn on the Bid Forzn, 11.10, Pastal and e-mail addressas and telephane nu�ber for coznrnLu�ica�ions regarding �l�e Bid shalI be slaovcTn. 11.11. �vidence of autharity ta conduct buszn�ss as a Nanresident $idder izi tha state of Texas shall be provided in accordat�ce with Section OD 43 37 — Vendor Compliance to S.tate T�aw Non Resident � idder. 12. Submis�ion of B�ds Bids shall be submit�ed on fhe prescribed Bid Fo;rrn, pravided with tl�e Bxdding Docutnents, �t the time and place iudicated ita the Adverti�sein,ent or INVITATION TO BIDDERS, addressed to Purchasing Managet o�the City, and shall he enclosed in an apaque sealed envelope, marked with the City Project Nu�ber, Project title, the nazn.e and address of Bidder, a,nd accornpanied by the Bid secuz'ity and ather required doct�mez�ts. Iithe Bid is sent through the mail or other delivery syste�n, tlxe sealed en.velope shalI be enc�osed u1 a separat� en.velope �th �he na#atioz� "BID ENCLOSED" an the face of it. CITY OF �'DRT WdRTH Playgro�ciid I�epIacemeilt aY Oakhurst, Wa�tli T�ieights, Harrold Parlc STANDARI7 CONSTRUCTION SPECIFICATION DOCUMElVT5 ] 02464, ] 02465, 102�Ib3 Revised/CTpdated November 2, 2D21 Ob 21 13 [I*ISTiZUCT10N5 TO BID7aE12S Page 7 of 9 13. yVithdrawal of Bids 13.1. Bids addressed to the Purchasing Manager and �led with tlae Purchasing Ofiice zxzay be wit��drawn priar to the time set i'or hid opening. A request £or withdrawal :must b� m.ade in writiz�g and delivei•ed to the Purchasu2g Off'ica tQ receive a tim�. staz�np prior to tha opening of Bids. A timely withdra�n bid wiIl be return�d to the Bidder or, if t�ae request is wzthin ane hour ofbid openi.z�g, wi11 not be read aloud and vvill thereaftez' be re�zrned unopaned. 13.2. In. the event any Bid for �vhich a�+ithd�awa� request has been timaly filed has been inadverten.tiy opened, said Bid and any recard thezeof will subsequently be marked "Withdrawn" and will be given no �urthex considera�ion far t4�e avvard of contxact. 14. Opea�ing of Bids Bids wiil ba opened and read alond publicJ.y. An abstract o�fhe amounts of the base Bids az�d maj or aJ.ternates (if any) wi�l be mad� available to Bidders after �Iie npening of Bids. 1S. Bids to Remain �ubject to Accepta�uce All Bids will rezziain subject to acceptanc� for a minim.uzn of 90 days or the tirne p�riod specified far Notice of Award and execut�an and delive� of a complete Agz'eement by 5uccess�ul Bidder. City ma�, a# City's sale discxetion, release any Bid and nuliify the Bid securi�y prior ta that date. 16. E�valuation of Sic�s and Award of Contraet ] 6.1. Ci.i.y reserves the ri�t to reject any or ail Bids, including witl�.out limitati.an the rights to reject at►y or alI noncon�io�ning, nozaresponsive, unbalanced or coz�ditional Bids and to reject the Bid of aa�y Bidder if City believes that it would not 6e in tb.e be�t it�terest of the Pro��ct to make an award to that Bidde�. Ciiy rese�-ves the right to -waive in%rn�.alities not involvix�g price, contract iim.e or changes in the Wark and a'vvard a contract to such Biddez'. Discrepancies between the z�u�tiplica�ion of u�zts of Work and unit prices will be resolved in favor ofthe unit prices. Discrepancies betvveen the indicated suzn of any ca�umn of figures and the cor�'ect sum thexeof will 6e z'esolvad izi favor ofthe carz'ect sum. Discrep.az�cies between words and figures will be resolved in favor of the wards. 16. i. l. Any ar all hids will be rej ected i� City has reason ta belieue that collusion e�sts among the Bidders, Bidder is an interEsted party to any litigation agaitlst City, City or Bidder nnay have a claim against the ofher or be engage.d in litigatian, Bidder is in ax:reaxs on. any existraag eonixact or has defaulted o.n a previous contract, Bidde:r has perfortxzed a pric�x contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judg�ent of'the City will prevent or h.i�ader the prampt completion of additiona� wark if awarded. CI'I'Y flF Fa�T WORTI� I'laygiound Replacement at Qalchurst, Worth Heights, Harrald Park STAI�FDARD CONSTRUCTION SPECIFICATION DOCUNIF.NTS 10?4G4, 102465, 102463 Re�ised/Updated Tsovemher 2> 2021 OU 21 I3 INSTRUCTTOIVS TO BIDDERS Page 8 oF9 16.2. In addition to Biddar's relevant prequali�ica�ion require��eilts, City may cansider the qualifica�ians and expez�ience of Subcantractors, Sugpliers, and other persoi�s and o:rganizations pz-oposed fqx tihose portions �i the Wark �where the idet�tiiy of such Subcont:ractors, SuppIiers, a.i1d o.t��r persotis and organizations mus� be subznitted as provided zn the Contract Documents or up.on �the request af #lae City. City also may ca�.sider the oparati�tg costs, xziaintanance z•ec�uirements, per%rmance data and guarantees o�major items of materials and equipment propased for azzcorporation i,tj the Work when such data is required ta be subznitted priaz' to tl�.e Notice of Award. 16.3. Czty may canduct such investigaiioiis as City deems zaecessary fo assist in the evaluation oi any Bid and to establish the respo.zzsibility, qualifications, ax�d fmancial abiiity ofBidders, gzoposed Subcon.i�actors, Suppliers and otlaer persons ancE organizaiious to perfor�n and furnisl� t�e Work in accordance wi�. t]ie Cont�act Documents to City's satisfa�tion within the pr�scribed tz�tn�. 16,4. Contractor s�aIl perform wif.h his own az'ganization, work af a va.l.ue not less tha.z� 3 S% of the value embraced an the Contracl:, unless otherwise appro�ed by the City. 16.5. If the Co�tract is to be a�varded, it will be awardad to lowest xesponsible a��d r�sponsive Bidder whose evaluation by City indicates that the avvaz�d will be in the b�st interests o�'the City. 16.6. Pursuant to Texas Governmenf Code Chapl:er 2252,OQ1, the City will nnt award contract #o a Nonxesident Biddez- unless the Nonresident Bidder's bid is lower fhan tihe iotivesi bad submitt�d by a xesponsihle Texas Bidder by the same amount that a Texas resident bidder would b� required to underbid a Nonresident B idder to obtai.� a cotxapazable contract in the state in which the nonresident's principal place af btitsiness is located. 16.7. A contract is �xot awarded un�il formaI City Council auf.�zoriza#ion. If the Contract zs ta be ar�vaa-ded, City wi11 award the Contract within 90 days after the day of the Bid openi�g unless extended �ix� writing, No other act af City or othe:rs �aiil constitute acceptance of a Bid. Upon the contract award, a Notice a�' Award �vill be issued by tlie City. 16.7,1. The cQntractar is required io iill out and sign the Cer#iiicate nf I.nterested Parties For�aa 1295 and the form musf be su�mitted fio the Project Manager before the contrac� wi1T be presen�ed to the Czty Connczl. The form can be obtained at I�ttps://w�vvr�v.ethics.state.tx.us/data/farms/1295/1295 udf 16.8. Failure or refitsal to c�u�ply wi�h the requiz•eznents may result ul rejectian of Bid. 17. Signing of Ag�-ee�an.ent 17.1.. When City issues a Notice o�Award to flie Successful Bidder, it vc+iIl b.e accompanied l�y the required nuinbex of unsigued counterparts of �he ProJect Manual, Wit�azn 14 days t3�ereafte�, Contractar s�all sign and deliver the xequired nu�nber of count�rparts of ihe Proje�t Man.ual to City with th� required Ba11ds, Certificates of Tt�surance, and a1I otllex tequired docuznentation. CITY OT� FQRT WOI2T�T PlaygroiEE�d Replaeement at Oakhurst, Woitli T�eigl�ts, Harroid P�rlc STAIdDAI�b CONSTRUCTION SPECIPICATION bOCi]lvi�NTS l02464, 102q65, 102�463 Revised/i7pdated Novernber 2, 2p21 oa zi i3 1N5TRUC"J'IdNS TO SII7DER5 Page 9 of 9 17.2 City shail ihereafi:�r delzvex one f.7uJ.1y signed eol.u�i:erpartfo Contractor. END OF SECTION CiTY Or FORT WORTH 51'ANDARb CONSTRUCTIQN SPECIFiCATION I?OC[1MCNTS RevisedlUpdated November 2, 2021 Ylaygraund Re�lac�ment at O�iurst, UVortl} Heiglats, Harrald Far[c j0?�}6�4, 1024G5, 102�63 ao 35 � a aio �oRM Page 1 of 1 S�CT10N 00 35 93 CDNFUCT OF INTEREST STATEMENT Eac1� bidder, offeror or responder�# (hereinafter referred to as "Yau") to a City of For� Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form} andlor a Loeal Government Officer Confilicts Diselosure Statement (the attached CI5 Form} pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to yaur company. The referenced fiorms may be downloaded �rom ths links provided below. httG:1lwww. ath ic: . s°.ato.t�. u�Ifiorr� sIC! C�dt �tip:llwww.�thics.state.tx.uslformslClS. df ❑ � ❑ ❑ 0 ❑ CiQ Form does not apply C!Q Form is on file with City Secrefary CIQ Form is being provided ta the City Secretary C15 Form does not apply C15 Form is on File with City 5ecretary CIS Form is being pra�id�d to the City Secr�tary �IDDER: Cole Canstructian, lnc. 1�3'{ 5 Alta Vista Road Fort Worth, Texas 7624� .� By: Kenn� �lnorne� �' � � � . - _�i' 5igna�ure: � n 5 . - U • , � Title�: President �ND OF S�CTION GITY OF FORT W�RTH STANDARD CONSTRUCTION SPECIFICATION nOCUMENTS Form Revised 20171109 00 41 00 Bid Propasal Workbook for Contrac on a� o0 81� FORM Page 1 af 3 s�c�ion� an a� oa BID FORM TO: The Purchasing Manager clo: The Purchasing Division 200 7exas Street City of Fort Worth, 7exas 76102 FOR: City Praject No's.: Unitsl5ections: Playground Replacement at Oakhurst, Worth Heights, Narrold 102464,1D2465,102463 llnit 1-Oakhu.rst Park Unit 2-Warth Heights Park Unit 3-Harrold Park �nter lnto ,�greement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement wi#h City in the form included in the Bidding �{� nm��eSCon�t actr Time ir�d clat d'li Wth s Bid and1en accordance �w th� he�other�terms and for the Bid F'rice and condikions of the Contract Documents. 2. �I���R Ackcnowledgements and Certification 2.1. In submitting thisT �i�dBBDo�R�°in cud n`g without limitat n tho etldeai ngtw thNhel d� plosNio OoiB d Bon a�� INSTRUCTIONS 2,2, Bidder is aware of afl costs to provide ihe required insurance, will do so pending contract award, and will pro�ide a �alid insurance certificate meeting aN requirements within 14 days of notification of award. 2.3. Bidder certifies that khis Bid is genuine and not made in the interest of ar on behalf of any undisclosed individual or entity and is no# submitted in conformity with any collusive agreement or rules of any graup, assoc9ation, organizaiian, or carporation. 2.4. Bidder has not directly or indirectly induced or solicited any oiher Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or inciuced any individual or entiiy to refrain frorn bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coerc9ve practice�s in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice means the ofFering, giving, receiving, ar sol+clting of any thing of va�ue likely to influence the action of a public official in ihe bidding process. b. "fraudulent practice means an intentional misrepresentation of facts made (a} to infiuence the bidding process to #he detriment of City (h) to establlsh Bid prices at artificial non-competiti�e le�eis, or (c) ta depri�e Clty af the benefits of free and open competition. c. "collusive praciice means a scheme or arrangement between two or more Bidders, with or �� without the knowledge of City, a p�rpose of which is to establish Bid prices ak artiflcial, non- competitive levels. G!N OF FORT WORTN STANDARD CONS7RUCTION 5PECIFICA'Flpl� DQCUMENTS Ofl 41 00 6fd Proposal Workhobk inr Contraclor REV Form Re�'ssed 20150821 00 41 OU B1D FORM Page 2 of 3 d. "coerci�e practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence kheir participation in the bidding praces� or a�fect the execution of the Contraci. 3. Qualifiication 7he Bidder acknawledges that the following work types must be performed only by qualified contractors and su�contractors: a. Piayground Installation b. Concre#e and Grad'+ng wark c. Playground SurFace Installation d. Site Drainage 4. Time af Completion 4.1. 7he Work will be eomplete for Final Acceptance within 120 days days after the date when the the Contract Time enmmences to run as provided In Paragraph 2.03 of the Generaf Conditions. 4,2. Bidder accepts the provisions of the Agreemenk as to liguidated damages in the event of failure to cornplate the Work {andlor aehie�ement of Milestones} within the times specified in khe Agreement. �. Atiached to this �id The following documents are attached to and made a part of th9s Bid: a. This Bid Form, Sectlon OQ 41 00 b. Required Bid Bond, Section 00 �3 13 issued by a surety meeting the requirements of Paragraph 5.01 0# the General Conditions. c. Propasal Form, 5ection 00 �42 43 d. Vendor Compfiance to State Lar�v Non Rasident Bidder, Section a0 43 37 e. MWBF Forr�s (optional at time of bid) f. Conflict of Interest Aff9da�it, Section 00 35 13 *lf necessary, CIQ or CIS forms are to be provided direckly to City Secretary g, Any additiona! documents khat may be requlred by Section 12 of the Instructions to Bldders G. Yaial Bid Amount 6.1. Bidder wllf complete the Work in accordance with the Contract Documents far the following bid amount. In the space pravided below, piease enter the total bid amount for this project. Only this flgure will be read publicly by the City at the bid opening. g,2. It is undersfio.od and agreed by the Bidder in signing this proposal that the total bid amount entered below is subjeet ta verification andlor modification by multiplying the unit bid prices fior each [�ay item by the r�spective CITY OF FORT WORTH STANDARD CONSTRIJCTION SPEG]FICATION DOCUMENTS 00 41 OQ Bld Praposal Workhook for Contractor REV Form Revised 20150821 00 41 UO BID FORM Page 3 of 3 estimaked quantities shown in this proposal and then totaling all of the extended amounts. 6.3. ��•aluation of Alternate Bid Items <use this if applicabls c�tn����^�- ��� �+_-- Tatu_ Ba�- �{d �� �,a t5is is sbr��icable. �th�� vsil�t. �elerG $7D7,253.84 da�PrP' $57,$93,45 deE�te deieic�> Total Bid i. �id Submittal This Bid is submitted on �6/09/2�22 Respectfully,�e7brr� , � �� ''-- • � � - By. , Si�Fature) Kenneth 7'horne {Printed Name) Title: President Company: Cofe Construction Address: 10315 Alta Vista Rd Fort Worth, TX 76244 State of IncorporatEon: Texas EmaiL !ac;a�`,�,,1rn�ai ��.rnm Phane: 817-431-963B x 306 LNLU Or S�C�'ION CITY OF FORT WORTH STAN�ARD CONSTRUCTION SPEC]FICATION �OCUMENTS Farm Revised 20150821 #REFI #REFI $765,147.29 by the entity named below. Corporate Seal: �.� • .� . � 00 41 OD Bld Proposal Warkbook for Contracior R�V un ax aa nm rRorasnG ra� i on SECTI�N 00 42 49 PitDP05At FORM 1NIT PRICE BID BiBder's Applicatlon Bid Lisl Item Descripiion SpeciTlcaifon UnH of _ 6id UNt Prics Eid VelUe No Seclion No. Measure Jnit #1- OAKHUFtST PARK- BASE Bld 1�01 Instal4 temporary projact consUuction sign 01 5813 _ EA _ 1-02 Install temporary trae proteciian _ 32 93 4y _ LS 1-Q3 Demolitlon as shown � 02 41 13 L5 � 1-04 Remove traes selective site demolitfon 02 41 13 EA 1-05 Proposed concrete {pfaza, south anhy walk) 321313 SF 1-06 Proposed concrete mow strip 321313 _ LF � 1-07 Proposed ADA ramp 32 1313 _ EA 1-08 Praposed sub-drainage system (pipe,iabric,gravel) 11 6813 __ LS 1-p9 Proposed topsoil and greding 32 91 19 L5 1-90 _ P�osedpl�graund equipment Pro�pe #2j 11 6818 _ LS � 1-1 "i Prop.osed wood fibar safety surfacing_ _ 12 BS 15 SF 1-12 Proposed so.d In aA disturbed areas 32 5213 __ L5 _ LIf]IS fFi' vrvn ln n�na[� � �s r�++ra- arr.vr ..•.. Bld l.ist Ikem pescripUon No. 2-fl1 Instal4 temporary project construation sign _ � 2-02 Insiall temporary tree prolection, erosion socks 2-03 Qemolition as shown 2-D4 Remove trees selective site damolition 2-05 Proposed concrete (pfaza, walk) 2-06 Propased concrele mowstrip � 2-Oi Proposed ADA ramp 2-OS Proposeci sub-drainage system 2-OH Pro�osed ta�soil �lacement.� __ __�__, 2-10 Propnsed playground equipment {Prototype #2 2-11 Aroposed wood fibar safety surFacing T� 2-12 Proposed sod in all disturbed areas 2-13 P� ppsed 6enches 0 2 $3 1 $16 1 �$12 1 $199 189.00 T $6,189.00� 389.00 $9.389.00 ,707.OD $13,7Q7.U0 ,095.00 $�F,19D,00 $9.55 --$6207.50 $22.27 $7,459.59 ,OSS.OU $6,190.04 ,1$9.00 $16,189.0� ,371.OD $12,371,00 ,�{89.00 $191,1$9�00 $3.21 $19,048.14 ,OU6.00 $4,006.0� —�- -�— SpeciFlcalion Unit of Bid unil Price Section �lo. �Aeasure quantiky 01 58 '13 EA 1 $6,189. 32 93 43� LS --- 1 �$9,386. 02 41 13 LS 1 $12,A89. 02 41 13 EA 1 $2,U95. 321313 ` SF 1193 $9 32 13 13 -- -- LF — 299 $22 321313 � F� 9 $3,d35 116813� LS 1 $14,869 32 91 19 LS 1 $8,989 19 6813 v�- --- LS -- - f1 $161 �189 12 88 15 SF � 550D $3 329213f� � LS_ _ 1 $3,389 32 3.3 06 EA 2 $4,046 Bid Value 1.393.45 7 $14,869.OQ � $9,989.00 � � $161,189.60 1 $17,655.00 0 $3,389.00 CI3Y OH FORT WOR77� STANIIARA CONS7ltUL"1'u7N SPL�CIR]CAT%7N WCl3MCNY5 OR 41 0[1 IfiA 1'mi+nrJ WwklwnA for ('ommeinr RPV Fomi netihsca 2nt?trt?o aoazas pN PkOPOSAL 1'age 2 0�3� SECTION 00 b2 43 PROP05AL FORRA IfNIT PRIC� BID Bidder's Application Bid Lisk Item Cleacription SpeclFlcativn Unit of Bid �nk Price Bid Value �o Seclion No. Measure Quantit Unk #3 - HARROL� PARK • BASE BlD Bid List Ikem I]escripllon Speclflcation Unit of eid Unit Prlce 6id Vslua �o asure. �uantit SecUon No. Me 3-fl1 Install temporary project consfructlon sign_ 01 58 13 LS �_ 'f $6,189.00 $6,189.00 -- --_------ — -- - _ 3�02 __ lnsiaH temparary tree prateclion, erosian socks 32 93 43 LS _ 9_ $9,389.OD ._ _$9,389�00 3-D3 Demolition as shown 02 41 13 L5 1 $4,689.OD $4,689.00 3.q4 Proposad coRcrete walk 321313 SF 717 _ $9.55 __$6,847,35 3-05 F'rnposed conorete mowstrip 32 13 19 � LF 2Uti _ $22.27 __ $4,476.27 3-OB Propased ADA ramp 32 1313 EA _ � 1_$3,095.40. . $3.095•00 3-07 � Proposed sub-drainage system 11 fi8 13� __ LS 1_$14,629.Od _$94,629.00 3-QB Proposed to soil Yacement __ 32 91 19 LS _ 1 $6,189.00 _ $6,189.Q0 3-OS Proposed playground equipment Prolotype mod. #3j�_ 11 68 13 _ LS 1_$61,189.D0 _$69,185.�0 3-10 Praposed wood fihar safe surFacing _ 12 68 15 __ SF 2987 $3�21 $9,588�27 3-11 Proposed sod in all dislurbed areas 32 9� 13 _ l.S 1_ $6,789.00 �$fi,789�00 3-42 Proposed benches 32 33 DO _ EA 3_ $4�046.U0 __$12,138;04 L']1"Y OF POR7' WORTI] 3]'h3���CON577tUCTIDN SNFC'1N�CATJOTS llOC�MRA'YS q0 41 W llid Propcu�! Wo�kiioal: forConuad�rltlSV Comilic."v�.W 20f'.ni2fi UO A: 43 I}m Pn[7Pb5AL Pagc 3 nf 7 S�CT10N 40 42 43 PRUPOSALFORM UNIT PRIC� BID Bldder's Application Total Bid $765,4A7,29 ENQ OF SECTION cmnF �nk'r woxni S'fANi7AliU CONSTR1x:7Y6N SPL-Crt+ICA7'[ON POCllMfiNTR {!tl 41 �II 13id Pro�i 1Varkh�ol� f r CvnuacEor RF.V l�orn� 0.c+dse.1 xn 12a IIO Bid Lisl Item 1 Specificatian I Unit af I Bid { Unit Price I Bid Valua � � aescriptinn � Sectlon No. Measure Quanlily � �������� �310 T� �- �01 � �a�fi�p�ns wikh iMe Ar��rlcan Institut� �4 Ar�hlE��ts A1�1 f�a��r��r�t 390 �id� �ond CONTRACTO�t: (,'4`c�ure, legul ti•lr��ra�� r�rrd uddi�.tir) Cole Construction, Inc. 10315 Alta Vista Road Keller, TX i6248 641�N�fd: (,'�'a»i4�, l���alslalrrso�rdrrdrlixsssl City af Fort Warth 200 iexas St, Fort Worth, TX 78102 ��fV�3 �MOUN'�: $ �% S�IREiY: {,'Vrr�u�, Icgirl srultr5 t�rrrlpii+tcilrar?' plctsts r�hriti�llt�;�'s� Rl.l lnsurance Company 9025 N. Lindbergh Drive P�oria, 1L 61615 �ive Percent of Amount Bid ��QJ�GT: (Ncrnra. loc�rttou o�' add�'es.� R1rc11'►�oj��cr ���rruGer, �J'ct�raj Municipal Park Renovation. '�hisdoc�a�ttsnt has lmponent IQgal co�soquoncas. Cons�ltatian with an attornay Is encour�gec� rt�rith respect to Ils aampleUon or rnodifaptfan. Any stngular roforenca ta Gontractor, Surely, owner or othet party shall be co�►sidarod �1ura! wnere appflca6le. 1f l�c ContractQr a�td Surory oro bound ta tha piv��ar in t6a aiuoiust sct fonli a�ovc, for �hc paymont of ��hicli t1�a �ai�tractar oitd Sarety bind tlicrosclLcs, �l►oir licirs, o�ccutors, nd�tinistraiors, succossmrs and ossigns, jo9�ttly and gcvcrolly, as providad I�crci�. TEta canditiaus af tliis Bo�id ura suct� tl�at if i�ic Q►vi�cr nscepts tiic tiid of tho Co�tractor «�iti�i�z tl�a tima spo�itiad i�� cha I�id docun�c�its* or �+itl�in stt�h timc pariod As mny bo agrccd to by f�18 U�Y1�CT iltld COSi1f�Ct43', illtd 1�1Ft C4111rAC�qT CII�1C! � I� Ci1�eCS 1lIt0 A CVIIE[�Ct �Vt1�3 ZIiE� ULV1iaf 113 i1CCOf�G11CO «�ith ii�e torms af SUoE� bid, and gives su�h boud or bottds ns �t�a�; U� speai�ed �q tlto bidding or Cotitrnct L?ocuanents, �vitls a suroty udmltted it� tl�e auriss�iction of tlia 1'ra,iCct and oti��rtiriso aoceptablo ta tho Uu�nar. for tlYa fuitliful perParinn�ica of sucii [:ontruot u�id �'or tE�a pronipt pay:stic�it of labor nnd »��terinl fumisi�ed is� tl« proseeutiou �he�cof; or (2} pays to t[io Utitiatier �hc difterence, not ta otcccd thq atztou»t of tttiis �3ond, I7�1�It9C111Ii6 �1S14UIlt SpCCIIiCi� 11i SOId �Iti All� SLtCII I�T�CP Ok110li11S FOr ��IIIC{11ISo Ut�llC� ItiA}� 1!1 �j,Oqi� Fa1SI! CQ�3S1'ACt ��ltll a1lOtIICi purt�� to �:rlirrm t}ru �vc�rl� co���red by suid b��i, lloc;n tliis �yhlsgulion 5l�ull bc+ nuH und voitl, t�llscr►vis� �o r�nta'sn sn 11�11 li�rva und e;{l�ut, 'Fhe fit�rety liercl�y �rul�y€;s uia}� nutic� ut'un �grean�c��i herivo�n ��iu Otianer unc! Cun[r,ku�t�r Ic> exlcnd �lu; �ii�t� i�� ��l�ici� t1�� Ativiter n�uy uccvpt ���� hid, Vl'uir�r aCtu�ticu try �iiu Si�ret}' ti�tuU n��l u��ply lu utti}r �:xt����iu�t cx�etidit�B tif%1y (fi0) duy� 9n i1,�s uggn:�ai� h�:y4a�id ll�� tim� li�r uu;�plaT�cn �rt't�idti s�ui liect i�i II�� bi�l �Sucnu��ntry un�! tii�s Oti��ter u�tc! Cont�ac��►r khall eet�luiz� tL� Sur�;t}�'s cnntis�xl li�r an e�lan+iarti �yund tiiYty (E(1) duys. �f tltiis �3ond is issucd iu ao��zscctio�i �vitls a subco»ir�ator's bid ta a Coutr�ctor, the tenn Ca�tiiraotor in �I�'ss f3oad sl�ull ba deomed to bo S�tihcon�ractor nnd thc tcr�u O���ncr s1►okl bo docn�ed to ba Contr�ctor. VJlr�n laiix T3itii�l hus bec��ti li�rnishr�i tu cu�ti�sly �r-i�i� u a�ut��tury ��r u�Iier Inguf reyt�ire�����t� iis ti�c: Is�cu�iui� uf �iics Prnjec;t, u�ry pn�� i�inn i�� Ilu:s iliaEtd asnlliGtijt�r ��ilh tiui8 �t�ttita�r� or ic�ul req��ir��i��yi sl�pil h� clecmed d���:tc^d h�rel'rn��i uaad pr��t isisuir cuuliinisii�g to suclt st�tut«r} ur o�i�er 1��n1 r�c�uir��tu:�tt �1�n41 k� deeute�i i�icE�rpc3ruteJ l�erein, When s�st liimiKitid, t1�o intenl iti ti�ul tl�i.r• ilnnd tii��ll lx: u�>nstr�t�:� 4S 4:IEt1tUi{1T�� Ha�jd u��d na3i u�s u caminun lutiv bnnJ. Si�ncd and scuicd this 6th dny� oi' Jt�ne, 2A22 (1{•'It►i�ss� � y fIf'frri�+ay — - � ._ — Cale Canstruct�a�, Inc. '� fP����cl�l) � ` � . (Sacrlj � ey: ,�._ ,�_ ���,.�---� � EI ' ! ' � . � � RLI Insurance Campany . (.5�rr��yj � , (.tiecrlJ By. 1 �7'trle)Te[�ta Luri Atto�ney-in-Fact r 5�00541AS 8I10 00 43 37 VEN�QR COMPLIANCE TD STAT� LAW Page 1 of 1 S�CilOfd 00 43 37 V�NDDR CDMPLIANCE TO STAT� L,AW NON RESII]ENT BIDbER Texas Government Cade Chapter 2252 was adopted for the award af contracts to nanresicient bidders. This !aw pro�ides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corparate offices or principal place of business are outside the State o# T'exas) bid projects for construction, impra�ements, supplies ar s�rvices 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 o5tain a comparable contract in the State which the nonresident's principal place of business is located. T�e appropriate blanks in Sectian A must be fiiiled out by all nonresident bidders in arder for yaur bid to meet specifications. The failure of nonresideni bidders to do so will automatically disqualify that bidder. Resident bidders must check the hdx in Section B. A. Nonresident bidders in the State of ��s� ��= I�ier�: c„ {�I��+k , our principal place af business, are required to be ;o i�er�- percent lower than resident bidders by State L.aw. A copy of the statute is attached. Nonresident bidders in the State of ��ate He��e ar �lanic ,�u� principal place of business, are nat required to underbid resident I�idders. B. The principal place of bus9ness af our company or our parent company or majority owner is in the State of Texas. �I�DER: , I' Cole Constructian, Inc. � By:, I�enr�afh Thg� __.l� 1p315 Alta Vis#a Road 0 Fori Worth, T�xas 76244 �. , �ynature) Title: President 9 Date: � ' - END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTEQN SPECIFICATION QOCUMENTS Form Revised 20t 10627 OD 41 00 Bid Propasal Workbaok ior Contractor 00 45 12 BID FORM Page 1 of 1 s�cTioN oo a� �z PREQUALIFICATION STATEMEN7 �ach Bidder for a City procurement is requir�d to complet� the information below by identifying the prequalified contractors andlor subcontractors wham they intend to utiHze for the majofi work type(s) listed. Prequalificatio� Major Work Type Contractorl5ubcontractor Company iVame Expiration Date Playground Installation We Build Fun Cancrete and Graciing work Cole Cons#ruction Playground Suriace We Bui1d Fun InstaHation Site Drainag� Cole Construction The undersigned hereby certifies thai the contractors andlar subcoRtrac#ors described in the table abave are currently prequalified for the work types listed. �_ . � �IpD�R: Cole Construction 9 0315 Afta Vista Rd Fort Worth, TX 78244 0 .� By: Kc�Fieth Thor�E- �� � ' ���gnature} Titls: Presiden# Date: " - �NCI OF SECTION GITY OF FOR7 WORTH 57ANDAR❑ CONSTRUCTION SPECIFICATION QOCUMENTS Form Revlsed 20120120 00 41 OD Bid Praposal Wnrk600k for Cantracior REV 00 �15 'L6 1 CON'TEtAC'CCIR COMPL[�1NCk: WC['}i WC1Ri<L'R'S CUMf'E�iSA'I'ION LAI�I+ Page 1 oF l i SECTIOIV 0� 45 26 2 G�NrrFZACTQR COMPLIf�NCE WITH WORKE�`S COMP�NSATIC7N LAW 4 Pursuant m Tcxas Labor Cncle Sectic�n 4Q6.�9fi(a) , as arr►ended, Cnntractor cer�lfies that it 5 pr�vides worker's cor�ipensatio�� irisLrrane;e caverage fnr a11 of �ts �n�ploy��s ernployed on Gity G t�rpjeci Na.102�16=�, IQ2�16S ancl 1d2463 Contractor further c�rt�fies ll�at, pursuant to Tcxas 7 Labor Code, 5�clion 4pfi.(}96(i�), as amended, it will p3'ovide to City its subcontractor's $ eertificates of Cnmpliance wit13 wa�ker's compensatinn caverage. 10 11 l2 13 L4 15 1G 17 18 19 20 21 Z2 23 24 25 26 27 2$ 29 :�0 31 32 33 34 35 36 �7 �$ 39 4Q CONTRACTOI2: ��� - .�� Company i�� � l� � � A dress � �(� ,- C►tylStatelZip THE STATE OF TEXAS COUNTY 0�' T�RRA�VT § 0 gy; � � �y�� �.� (Please r' 5ignature: Title: � � ,� (Pl�a�e Print) $EF M�, tl�e ii� ersi ��� �eci, uthority, on this day p�rsonally a�peared � 1� -��, I�nowri to me to be the person whose nam� is subscribed to th� foregoin instrument, and acknowl�dged to rr�e that helshe �x�cuted thc� sam� as the act and deed of �Z;:r�1�.-- for the purposes and �onsiderat9ar� therem expressed ancl in ihc c.apacity th�r�iri statc�[�. �� GIV UNDER MY �-IAND AND SEAL 0�' OFFICE this ^� _day af � , 2��... ��,�: �,_, EILEEN 6AMkE � _ ^ ,— � Not�ry ID fi1257&59Oi ;,,� ,� l�y Cammissian �xpires �t�� Apcil 1 A, 2q23 � r`r .� � r `�._ Natary Publ c in and �or the State of Texas END OF SECTI�N Cl'l'Y OE� I�ORT WOft'!-H �'IaV�rcr�incl 12eplacen�ctsi al L3akhiirsl. Wurili l�ei�hts, Hurrt�ld Y�rk S'i'Ai�UAItD CO�IS'I'RUCTlOi�i SPL:.C.1l�ICA'i'i0N IiUGUk1�.IJ'1�5 I[129G�. 1U24fi5. LG2dG3 12evised July 1.2011 00 4s aa - � Business Equity Goal Page 1 af 2 1 SECTION 00 4� 40 2 Business Equi�y Goal 3 APPLTCATION OF POLICY 4 If the total dallar value of the contract is $100,000 or �nore., then a Business Equity goal is applieab3e. 5 A Business EquiLy Firm refers io ce�rtifi�d Minority-, andlor Wannen-, owned Busines� En�erp.rises � (MIVVBEs}. � 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the fiill and equitable participation of Business Equity 10 Fiz-ms wlien applicable, in the procurement of all goads and services. All requirements and re�ulatians I 1 stated in the City's Business Equity Ordinance No.25165-1 �-202I, (eeplacing Ordinance No. 24534-11- I2 2020 (eodified at: htt s://codelibrai .ainie al.com/codeslftworthllatestJftwarth t�0-0-0-22593) apply to 13 this bid. 14 15 B[75�+ SS E il� l l`Y PROJECT GOAL. 16 The City's Business Equity gaal on ihis project is 11 °/n af the total bid value of t�e contract. 17 18 METHOD� TO COMPLY WI�H THE GOAL 19 On City cnntracts where a Business Equity Goal is applied, offe�rors are r�quired to comp.ly vvith the City's 2Q Business Equiiy Ordinance by meeting or exceeding t�e above stai�d goal or otherwise comply with the 21 ordinance through one of the following methads: 1. Comnr�ercialiy useiul services perforrned by a 22 Business Equity prime cantractor, �. Business Equity subcontracting participalion, 3. Combination 23 0�' Business Equity prime servic�s and Business Equily subcontractin�; participation, 4. Business 24 �quity Joint Venfure111�'Ientor-Protege participation, 5. Good Faith Effort documentation, or 6. 25 Pr�me contractor Waiver documentation. 2fi 27 SUBNIITTAL OF RE i.11l�ED DOCUi17ENTATION 28 Applicable documents {�isted below) must be rec�ived i�y the Purchasing DivisiQr�, OR the afferor s1�ai1 2g �MAYI. the Business Equity documentaiion to the assigned City of Fort Worth Project Manager or 30 Department Designee. Dacuments are to 5e received no later than Z:aO p.m., on t�e third Gif.y 31 business day after the bid opening, da#e, exclusive af the bid opening date. 32 33 The Of�'erar must submit one or xnore af t1�e followizag documents: 34 I. Utilization Form and Letter(s) of Intent, if the goal is met or e�ceeded; 35 2. Goo.d Faith Effort Forn� a�d Utilization Form, including supporting documentation, if 36 participaiion is less than stated goaI, or no Business Equity participatian is accomplished; 37 3, Prim� Contrac#or Waiver Form, including supporting dacunnentatioii, ii the �fferor will perfarm 38 all subcontractinglsupplier npportunities; or 39 4. Soint VenturelMentor-Protege Foim, if goal is met or exceeded witJs a Jaini Venture or Mentor- 40 Pratege participation. 41 42 These forms tan be found at: 43 Busines.s Equiiy Utilization Form and Letter of Intant 44 htt s:lla s.fortwartlitexas. ov/Pro'ecfResa��rceslResourcesP160°7020- 45 %20MWBE/NE .W%20Business%2QEquitv%200rdinauce/Business%a2QEC�uity%20XTtilizatioii%20�'arm. 46 �df 47 48 Letter of Intent CiTY OF FORT WOR`FH Playgrou�id [teplacement a� Oakhursl, Wort IIeighis, Ilarrold Park 5TAAlD�1RD CONSTRUCTIQN SPECIFTCATIOII DOCiIMEN1'S 10246�4, 502465, 102463 Re�ised OctoBer 27, 2021 00 45 40 - 2 Business Equity Goal Page 2 af 2 1 hit s:lla s.fortwarthte�as. ov/Pro'ectResources/Resour�esPi60 - M.V�BE/NEW Business E ui 2 Ordinance/Letter of [ntent-2D21. df 3 4 Business Equity Gaod Faith Effort Form S htt s:lla �.fortworthtexas. ovlPra'ectResources/ResourcesF160%20- 6 %20MWBE/NEW%20Busit�ess%20E ui °1240rdinancelBusit�ess%20E ui .°/a20Good%20Faitla°fo20Ef 7 fort%20Forci�.�df 9 Business �,quity Prime Contracio�• Waiver Fann 10 Iztips:/la�ps fartworthtexas �ov/ProjectResaurces/ResaurcesP/60%20- 1I %2DMWBE/NEW%20Busuiess%20E ui %200rdinanaeBusinessA/o2QE �u /o20Prin�e%20Contracfior 12 %a24Waiver.pdf 13 14 15 16 17 38 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 Business Equity Join� Venture Farm I�tt sJla s.fortwor�l�texas. ovlPro'ectResources/ResourcesP/60%20- %2DMWBE/NEW%20Business%20E ui %2�Ot-d.inanee/Business%20E ui %20Jaint%20Venture. clf FAILURE �'O ACHIEVE THE GOAL OR OTH�RWTSE COMPLY WITH THE ORDINANC� WILL RESULT IN THE BIDD�R/OFF`EROR BEING DECLARED NON-R�SPONSNE AND THE BID REJECTED. FAILURE TO SUBMIT THE REQrUIliED BUSIl�TE�SS EOUTY DOCUMENTATION OR OTHERWISE CDMPLY WITH THE �RDINANC� VVILL RESULT IN THE BID BEING DECLARED NON- RESPONSIVE THE BID REJECTEA AND MAY ,SUSJ�CT TH� BTDDER/OFFEItOR TO SANCTIONS AS D�SCRISED IN SEG. 20-373 OF THE DRDINANCE. Fo� Questions, Please Contact The Business Equi�y Division af the Department of Di�ersity and Inelusion at ($1'7� 392-26�4. END aF SECTION C1TY f)F �'ORT �ORTH Playground Replacement at Oakhursf, Wort Heigl�ts, liarrold Par[c STANDARD CONS1'RUCTION SPECiPICATI4N DOCU[vfENTS 1 �2464, 102465, I D2�#63 Revised Octaber 27, 2021 OOS243-1 Agreern�nt Page 1 af G SECTXON 00 52 �3 THIS AGREEMENT, authorized on September 1, 2Q22, is made by and bet�uveei� the City of Fart 'Woxth, a Texas l�ome rul� nnunicipalii.y, acting by and through its duly authorized City Manager, ("Czty"}, and Cole Const7ruc#ioi�, Inc., authaxized to do business in Te�as, acting by and through its duZy au�aorized representati�e, ("C.on1ractor"). City and Contractar may jozntly be referred to as Parties. City and Contractor, in con.sideration of the mutuai covan.ants here�nafter set forth., agree as fallows: Artxcie 1. wo�� Contractor shall complete all Work as specified or indicated in the Contract Documen�s for the Proj ect identified herein.. Article 2. PItOJ-ECT The project for which the Work under tl�e Contract Documants znay be ihe whole ox only a�art is genera.3.ly described as follovvs: Playground Replacement at Qakhurst, Wart-h Hezghts, Harrold Park Pxaj ect Nuznbers 1 fi2464, 102465, 1024b3 Artiicl� 3. ��NTRACT �RICE City agrees ta pay Contz'actar for pet-formance of the Work in accordanee wifb� the Co�tx'act Documents an amount, in current fiznds, of seven huz�dred seven thousand i�ao hundr�d �ifty-three dollars and aighty-four cents ($707,253.84}. Coniract �rice may ba adjusted by change ox.ders duly au�.orized by the Parties. Article �. CONi'RAC'I' TIlVIC 4.1 Fi�al Acce�tance. T3�e Work shaIl be complete for Final Acceptance witI�i.z�. 120 days a$er the date wh�n the Confract Tzz�ne comm.ences to run, as pravzded in Paragraph �.02 of the General Conditions, plus any extension thereof allowad iu accordance with Article 12 of f�ae GeneraI Cond.itions. A�.2 Liquidaied Damages Contractor racagnizes t�aat fime is o��the essence for coznpletion afMilestones, if any, and to achieve Final Accaptance of the Work atzd City at�d the publzc will suffer from loss :o� use if tb.e Work is not compieted withi� the titne{s} specified in Paragraph 4.1 abave. The Contz'actor also recogn�zes the delays, expense and difficuliies invol�ed in. proving in a Iega1 proceeding, the actual loss suffered by the City i�t�ie Work is not coxxapleted on tir�ne. Accordingly, znstead of requiring any such pxoof, Cantractor agrees th.at as liquidated damages for deiay (but not as a penalty), Contractoz' shall pay City six hun dred fift� dollars ($650.40) for each day that exp.ires after the time specified in Paragraph 4.1 far Final Acceptance until the City issues the Final Letter of Acceptanc�. Ar�icle 5. CQNTRACT DOG`U1ViENTS 5.1 CONTENT�: A.The Contract Documants vvhich comprise the entire a�reemen� between CiLy and Contraetor con.cerning t�e Work consist of the followix�g: 1. This A�,reemeiit. CITY OF FORI' WORTFi Play�ound Repl�cement at Oakhwst, Worth Heights, Horrold Park STANDAI2D CONSTRl3C1TOIV SP�CIFICATION DOCUIV�?�FTS 1Q2464, 102d6�, 102463 ltevised 8/22/202t 00 52 43 - 2 Agreement Page 2 of 6 2. Attachmani:s to this Agreement: a. Bid �'orm 1) 1'roposalI�orm 2) Vendor Compliax�ce to State Law Non-Residen� Bidder 3) Prequalif"zcatian 5tatemer�t 4} State ar�d �ederal docunnen#s (p�oject specific) b. Current Preva.ilzng VJage Rate Table c. rnsuran.ce ACORD Fnz�o.(s} d. Payrn.ent Bond e. Perfonnance Baz�d f. Maintenan.ce Bond g. Po�ver of Attorney for t�e Bands h. Work�r's Compensatian A�fidavit i. MBE andlor SBE L�tilization For� 3. Genexal Conditians. 4. Supplementary Canditions_ 5. Specif'ications specif'zcally made a part of �lie Contract Documents by attachmeni or, if �at attached, as i.zy.corpoxated by xeference and descrzbed in the Table of Conten�s ofthe Froject's Contract Docurz�ents. 6. Drawin�s. 7. Addenda. 8. Dacumentation submitte.d by Coatractor prior ta Notice of Award. 9. The following which may be delivered or issued after iha EfFective Date o� the Agreezn�ent and, it�issued, become an incorporated paxt ofthe Contract Dacuments: a. Notice to Proceed. b. Fie1d Orders. c, �hange �rders. d. Latter o� Fina1 Acceptance. Article b. INDEMNIFZCATION 6.1 Contractor covenants and agrees tn xndemnify, hold harmless and defend, at its o�vn expense, t�e ciiy, its officers, servants and employees, from and against any and a11 claims arising ont af, or alleged to arise out af, the work and services to be pex-�o�'med by the cantractor, its officers, a�ents, em.p�oyees, subco�txactors, licenses or invitees under this contract. This x�tdemnification iarovision is s�ecificall_y intended to o ep raie and �ae effective even if it is alle ed or raven tb.at all or some af the dama es bein sou�Iat were caused, in whole or in part, �v anv act, omis�ion or ne�li�ence af the �.�. This indemnity provision is intended to include, �vithout limitation, indemnity for cos�s, expenses and legal fees incur�'ec� by the city in defene�ing against such claims and causes of actions. CITY nF PORT WOF2TFi PlaygrouiYd Replaceutent at Oaklturst, WortiS �-Teigl�ts, Harro.ld Park STANl7ARI7 CONSTRUCTIDN SPECIFICATION DOCUM�N'I'S l0246�}, 102�G5, 102�63 Ravised 8/2�/2021 fl�S243-3 Agreement 1'age 3 of b 6.2 Co�tractar covenan.ts and agrees to in.dez�r�nify and hold harmless, at its own expense, t�e city, its office�rs, servants and employees, from and a�ainst any and all loss, da�mage or destrnction of �roperiy of the city, arising out of, or alleged to ar�se out of, th� work and services io be performed by tha con��ractor, its o��cers, agents, employees, subcontractatrs, litcensees or invitees under this cont��act. This indemnif cation provisian xs s eci�'zcall intended to o erate and be e�fective eve�a if it is alle ed ax roven that alI or some of tb.e dama es bein sou ht were caused i� whole or xn art b an act omission or n� li ence of the ci . Article 7. NIISCELLAN�OUS 7.1 Taxtns. Terms «sed in thzs Agreement which are de�ned in Article 1 of the General Conditions �vvi11 have the rneazaings indica�ed in the General Coi�ditions. 7.2 Assigllment of Contract. Th�s Agx'eemeilt, including all of the Contract Docum�nts �nay not be assigned by the Con.tractor without the advanc�d express written consent o�t3ie City. 73 Successars and Assigx�.s. C.ity and Con�raator each �inds itself, its partners, succes5oxs, assigns a.nd. legaI repres�ntatives to the other party hereto, in respect to all covenants, agreements an.d oblig;ations contained in the Con.tract Document5. 7.4 Sevarabilzty/Non-Waiver of Claims. Any provision or part of the Contt'act Documenfs held to b� unconstitutional, vaid or unenforceable by a court of competent juzisdiction shali be deemed stricken, a.nd all remainzng provisions ,sha11 continue to be valid axzd bi�ding upon Cify and Contractor. The failure of City az' Contractor to insist upon the perforntanca oi any term oz' provision of this Agreement or to exercise any righfi graiated herein shall not constitute a waiver of City's or Contractor's respecti�e rright to insist upan appropriai:e perfortna.�.oe or ta assert any such righ# on any fufure occasion. 7.5 Gove�nn.iz�g Law and Venue. This Agreement, it�cluding all of the Contraci Documents is performable in the State of Te�as. Venue shall he Tarratlt Count�, Te�as, or the ZT:nited States Dist�rici Court %r the Northern Distrzct ofTe�as, Fort Wartb Division. 7.6 Auihority ta Sign. Confractor shall attach evidence of ant�ority to sign Agreament if sig�3ad by sorz�.eone other than �he duly authnxzzed signatnz'y of the Co�fractor. 7.7 Non-appropriation of Funds. In the event no funds or insu�cient funds axe appropriaied by City in any fiscal period fox any payments due hereui�dex, City will �ati�y Vendor of such occurr�nce azid this Agreetz�.ent sl�all �enzz#nate on tl�.e last day of the fiscaI pexiod fflr which appropriatio�.is �rez'e received wi�hout penalty or expense to City of any l�iz�d whatsoever, except as to the portians of tbe pa�ments herein ag�•eed upon for which fiinds have been appropriated. CTTY OF FORT WOFtTH Pkayground Replacement at Onkhtirst, WorHl HeigUts, Harrold Parh STANDEI.RA CONSTAUC�iON SPECIFICATCO?�1➢OCUiviE�ITS 10�46�4, 102�4b5, 102463 Revisad $122/2621 DD5243-4 Agreemcnt Page 4 of 6 7.8 �rohibitioi� 4n Co�tracts Wit.h. Cornpanies Boycotting Israel. Cant-ractor, unless a sole proprzetor, acicnowledges that in accordance v;fith Chaptez' 2271 of the Texas Govexnment Code, if Cazatit'actor has 10 or more full time-employees and tJae contract value is $100,000 or more, i-�he City is prohibited froiz� entering into a contract vvith a company for goads or services unless the contract contai��s a writt�n verificatinn. froxn the company that it: (1) does not boycatt Israel; and (2} wi1l not baycot� Israel during the term a� the contraci. The terms "boycatt Israel" and "cqmpany" sha�l have the meanings ascribed to thase tertx�s in Seciion 808,001 oitlae Texas Got�ernta�.ent Code. By �igning this contract, Contxactor ce:-tifies that Cantractor's signatur� provides written veri�cation ta fhe City thai if Chapter Z271, Texas Go�*ernment Code applie.s, Coz�fractor: (1) does not boycott Israel; and (2) vvill not boycotk Israel duxi�g the term af the contract. 7.9 Prohibition on B�ycotiing Energy Compazaies. �ontract�r acicnowledges that in accordance with Chapter 2274 of ihe Texas Government Code-(as addeci by Acts 2021, 87fJ� Leg., R.S., S.B. 13, § 2), the City is prohibited �'irom entexzng into a contraci for goods ar services that has a�value of $100,000 or more; which will be paid whoIly or partly fronn public funds of the City, �ith a company (v,rith 10 or more f-�11 tzme employees) unless the contract co�tains a written verifiaatzon from the campan� that it: (1) does no� bnycott energy companies; ax�.d (2} will naf boycott �nergy companies dur�ng tl�e tertn o�tb.e contract. Tl�e terms "boycott energy coznpany" and "company" have t31e naeaning asc:ribed to those terms by Chapter 2274 r�f the Texas Government Code (as added by Acts 2021, 87th Leg., l�.s., S.B. 13, § 2). To the extent that C�apter Z274 0� fhe Government Code is applicable ta fhis Agreemen#, by signing this Agreemani, Contractoz certifies tf�at Contractor's signature provides written ve�'iiicatian to the City �ha� Contractor: {1) daes not boycott energy coznpanies; and (2) will naf baycatt enex'gp compani�s during tl�e term of t�.is Agreeme�tt. 7.10 Praiaibition on Discrimination Against Firearm arid A_mmunition Industries. Cazatractor acknowledges that except as otherwise provided hy Chapter 2274 af t�e Texas Government Code (a� added by Acts 202i, 87th Leg., R.S., S.B. 19, § 1}, the City is prohibited from entering inta a contract frox �oods or services that has a value of $104,000 or moz'e which wz�I be paid vvholly ar partly from public funds oithe City, with a campany (vtrith I 0 nr :tx�ore full-tinae employeas) unless the cdntract contains a written ver.ificaiion. frnm the company �hat it: (1} does not have a pxactice, policy, guidance, oz' directive fhat discr.'tminates against a firearm entity or firearz�n trade assoczation; and (2} wi.11 not discxzxninate during tl�e term of tl�e contract against a firearm enti#y ar firearm trade association. The terms "disarimiiiate," "firearm e�atity's &11C� "�aTITl �'7C�B aS50CI�.�lOY1" �laYe f�i0 YII�a.illTlg aSGI'1�7�C� to those t�rtns by Chap%r 2274 of ihe Texas Government Code (as aclded b� Acts 2021, 87th Leg., R.S., S.B. I9, § J.}. To the extent that Cbapter 22'14 af the Government Code i� agplicable fo thxs Agreem.ent, by signiz�g this Agreem.�nt, Contractor certi�iies that Contractor's signature provides wz-ittex� verification to ihe City that Coz�tractor: {1) does not have a practice, Qaliey, guidance, or directive that discriminates agaxnst a firear� entity ar firearmi trade associatiion; and (2) �vvill not discriminate agaznst a iirearxb eniity or �'irearrn► tx�ade association during the term of this Agreement. CITY 0�' FOIRT WORTH P3ayoround Replaaemeut at Oakhtu-st, Wortli Hei�hts, Harrold Park 5TAN1lARD CONSTI2UCT10N SPECIFiCA'fION i7dCLINLENTS ] 02�464, ID2465, 102�}63 Revised 8/22/2021 b65243 -5 Agre�rnent Page 5 of G 7,11 Iznmigration National'rty Act, Contractor shall r��rif}r t�,e identity ar�d employmant eligibilzty of its em�loyees who perfoz'tn wor1C under this Agreement, including completing f:lae Employment Eligibility Verificatian I'nr�z� (I-9). Upon request by City, Contractar shall provide City with capies of a11 I-9 %xrns and supporting eligibility documentation �or each emplayee who perfarms worlc undez fhis Agre�ment. Contz'actox sha11 adhere to all Fede:ral and State laws as well as asiablish appropriat� procedures and eontrols so that i�o services will be perfarmed by any Contractor effiplo�ee wha is not legally eligib.le to perfoz-�n such services. CONTRACTOR SHALL INDEMNIFY CITY .ANn H�LD CITY ��ESS FROM ANY PENALTrES, LYABII�'I'YES, (3R LOS�ES DUE TO VIOLATIONS OF THI� PARAGR.APII SY CONTRACTOR, CONTRACTOR'S EMPLOYEE�, SUBCONTR.ACTORS, AGENT�, OR L�CENSEES. City, upon written notice to Coniz-actar, shall ha�e the right to immed'zately fezminate this Agreement for violations of this provision by Cnntrac�or. 7.12 Na Tlaird-Party Beneficiaries. This Agreement gives no rrzghts or benefits ta anyon� othar f� an tlle City and fihe Contractar and thare are no third-pariy beneficiaries. 7.13 No Cause afAction Agaizist Engineer. Contractor, its suhconteactors and equipment and matex`i.als suppliers on the PROTECT az' their sureties, shall maintain no direct action against the Enguieer, its o�i.cers, employees, and subcontxactaxs, far any claim arisit�g out of, zn canz�ection vrith, or resulting frozxa the engitieeri�g se�rvices performed. Only ihe City will he the benefieiary oi any tandertaking by t1�e Engineer. The presence or duties o�the Engineer's personnel at a construction site, wh�ther as on-site repres�ntatives or otherwise, do not make the Engineer or its person.zael in any way responsible for those duiias fhat belong to the City and/ar the Czty`s construcfion contractars or other entities, and da not rel'aeve the canstructian cantractors or any other entaty of iheir obligatians, duties, and responsib.ilities, incl�ding, buti not limrted to, a11 construction methods, �neans, techr�iques, seq�enees, aud p:rocedures necessary for co�rd'znating and completir�.g all portions of the constxuetion work in accordance with t�e Contraet Documents and any health or safety precautions requir�d by suc% constY�r.action work. The Engiueer and its personnel �ave no authQrity to exercise any controi oVer any c.oza5lx'uctzon cor�tractor or other enfiifiy or t�ieir employees in connection �wi�h their vvork or any health or safety precauiia�ts. C1TY QF FORT WORTH Playground Replacek�ient at Oaklnu'st, WoetJl Hein[tts, Harro3d Park STANT7ARD CONS'I`RUCTION SPECIFTCATTON I30CUMLNTS ]0?�4b�1, 102465, 1 p2�4G3 Revisefl 8/22/2021 Ofl5243-6 f�greemant Page 6 0�5 Il�t W�TNESS WHERE�F, City aild Contractar have each executed this Agreement to be effeetive as of tha date subscrzbed by the City's dasignated Assisfant City Manager ("Effective Date"). Contractor: By: ��� I�'� Signature Tim 1Nade ������� N��� C0� Title 10315 Alta Vis�a Road Address Forf 1Norfi, Texas, 76244 Ciry/State/Zzp Sep 2, 20�2 Dat� Cii.y of Fort Warth By: ��� Jesica McEacharn Assistant City Managex Sep 30, 2022 Date At�esf: �a� �o��Gc� � C�o�t�'G�f �r Ron�ld P. Gnnzale� {Oct 3, 2�22 6�:�L9CDi1 Jannette Goodall, City Secretary �sea1) M&C: 22-0657 Date: 8/23/2022 Form 1295 Na.: 2Q22-9Q9S39 d ��� �"�� j' �,��,� ,-� :' � ''�•���� r� : . � :,�.� �3; � : �:; ,� . � . � Contxact Compliance Manager: By signing, I ack�nowled.ge that I a� the person responsible for the monitoz'img and admi.nis1xati�n of this contract, including ens�ring all per£arma e and reporting requirements. , Pa�-ick Vielcnair, Project Manager Approved as to Form and Legality: � �{ack(Se� 14, 30221�,:oS-eo71 Dauglas W. Bl�ck Sr. Assistant City Attorney APPROVAL RECOMMENDED: 1 ..' � 5� f� D.ave Lewis, Aeiilig DirectQr Parlc & Recreation Depar[ment - t�-..--��� I _-_ � CifY OF F�72T WORTH Flaygraund Replacement at Oakl�urst, V�►nrth 1�eial�tG T�arLold Fatk_ _ STANDA.RTa CQNSTRUCTION 5p�CIFICATIOi� bOCiTMENTS 1C?a��l, �J��n7, ;il' >G� Revised $122/2021 OOfi113-1 PERPORMANCE BOND Page 1 of 2 1 2 3 4 5 6 THE STATE OF TEXAS COUNTY OF TARRANT 7 That we, , Cole Construction Inc. , known as 8 "Principal" herein and RLI Insurance Company 9 10 11 12 a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal SUTCI Of,Seven Hundred Seven Thousand Two Hundred Fifty Three & 84/100Dollars SECTION 00 61 13 PERFORMANCE BOND Bond No. RC60024998 § § KNOW ALL BY THESE PRESENTS: § 13 �$ �07,253.84 14 15 16 lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and truly to be made> we bind ourselves, our heirs, 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 �St day of September , 2022 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as Playground Replacement at Oakhurst> 22 Worth Heights, Harrold Park 102464, 102465, 102463 23 24 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 25 26 27 28 29 30 31 32 shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Conh�act that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. CiTY OF FORT WORTH Playground Replacement at Oakhurst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102464, 1024Fi5, 102463 Revised July 1, 2011 006113-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and offfcers on this the � st day of September G , 20 2? . 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 38 39 40 ATTEST: (Principal) Secretary aJ itnes as to Principal � Witness a to Sm•et PRINCIPAL: Cole Construction, Inc. BY: Signature Y�Q,r�� �^ `1,.� r..,,., Pt a..�i d�.,,�' Name and Title Address: 10315 Alta Vista Road Keller, TX 76248 SURETY: RLI Insur e C mpany B : _ Si ature Laurie Pflug, Attorney-in-fact 1Vame and Tide Address: 500 N. Akard St., Suite 4300 Dallas, TX 75201 Telephone Number: 612 702-4259 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Conh�act is awarded. 45 CI'TY OF FORT WORTH Playground Replacement at Oak}mrst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102464, 10`1.465, 102463 Revised July 1, 2011 006119-1 PAYMENT BOND Page 1 of 2 1 2 3 4 5 6 7 8 SECTION 00 61 14 PAYMENT BOND Bond No. RCB0024998 THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That we, Cole Construction, Inc. , known "Principal" herein, and RLI Insurance Company as a 9 corporate surety (sureties), duly authorized to do business in the State of Texas, known as 10 "Surety" herein (whether one or more), are held and firmly bound unto the City of Foit Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, 12 lri th8 penal Sllril Of Seven Hundred Seven Thousand Two Hundred Fifty Three & 84/100 Do11arS 13 ($ 707,253.84 ), lawful money of the United States, to be paid in Foi�t Worth, 14 Tarrant County, Texas, for the payment of which sum well and t�uly be made, we bind ourselves, 15 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the lg �st day of September , 20 22 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein> to furnish all materials, equipment, 20 labor and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Cont�act and designated as Playground Replacement at Oakhurst, Worth Heights, Harrold 22 Park 102464, 102465, 102463 23 24 NOW, THEREFORE, THE CONDTTION OF THIS OBLIGATION is such that if 25 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as de�ned in 26� Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 27 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 28 force and effect. 29 30 31 32 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statute. CI'TY OF FORT WORTH Playground Replacement at Oakhurst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102AG4, 1024f>5, 1024�3 Revised July 1, 2011 00 61 14 - 2 PAYMENTBOND 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 2nd day of 3 September , 20 22 4 ATTEST: (Principal) Secretary es s to Principal ATTEST: � (Surety) $��ei�ywitness 1 Witness a to Sure 5 6 7 8 9 10 11 12 PRINCIPAL: Cole Construction, Inc. BY: Signature 1�R,nr�k�i1„ Ar�. 'pC�,S��.n,� Name and Title Address: 10315 Alta Vista Road Keller, TX 76248 SURETY: RLI Insura ce Cor pany BY: Si ature Laurie Pflug, Attorney-in-fact Name and Title AddTeSs: 500 N. Akard St., Suite 4300 Dallas, TX 75201 Telephone Number: 612 702-4259 Note: If signed by an officer of the Surety, there must be on iile a cei�tified e�ctract from the bylaws 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. END OF SECTION C1TY OF FORT WORTH Playground Replacement at Oakhurst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 10'L4G4. 102�tfi5, 102463 Revised July 1, 2011 00 �i is - i MAINTENANCE BOND Page 1 of 3 1 SECTION 00 61 19 2 MAINTENANCE BOND Bond No. RC60024998 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we Cole Construction, Inc. , known as 8 "Principal" herein and RLI Insurance Company a corporate surety 9 (sureties, if more than one) duly authorized to do business in the State of Texas, known as lo "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a 11 municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, Seven Hundred Seven Thousand Two Hundred Fifty 12 in the sum of Tn�PP r� �ai�nn Dollars 13 14 15 16 17 (g 707,253.84 ), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the �st day of September , 20 22 , which Contract is hereby 20 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 21 materials, equipment labor and other accessories as defined by law, in the prosecution of the 22 Work, including any Work resulting fi•om a duly authorized Change Order (collectively herein, 23 the "Work") as provided for in said contract and designated as Playground Replacement at 24 Oakhurst, Worth Heights, Harrold Park 102464, 102465, 102463 and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 29 30 31 32 33 34 remain fi•ee from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CTI'Y OF FORT WORTH Playground Replacement at Oakhutst, Worth Heights, Harrold Park STANDARD CONSTRUCT'ION SPECIFICATION DOCUMENTS l0'L4(i4, 10?.465, 102463 Revised July 1, 2011 006119-2 MAWTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligarion shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PftOVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States Dislrict Court for the Northern District of Texas, Fort 13 Worth Division; and 14 15 16 17 18 19 PROVIDED FUR.THER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CI'TY OF FORT WORTH Playground Replacement at Oakhutst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICAT'ION DOCUMENTS 102464. 1024f,5, 102463 Revised July 1, 2011 00�119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 2nd day of September 3 , 20 22 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2fi 27 28 29 30 31 32 33 34 35 36 37 38 39 40 ATTEST: (Principal) Secretary / � Wit as to Principal ATTEST: � (Surety) ���itness � Witness as Sm•ety PRINCIPAL: Cole Construction Inc. BY: Signat r �� � i Y� P✓l �n i�� ��., n �vttii � �f� ��v Name and Title Address: 10315 Alta Vista Road Keller, TX 76248 SURETY: RLI Insur n e om an BY: Signatur Laurie Pflug, Attorney-in-fact Name and Tide Address: 500 N. Akard St., Suite 4300 Dallas, TX 75201 Telephone Number: 612 702-4259 *Note: If signed by an officer of the Surety Company, there must be on ffle 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. 41 CITY OF FORT WORTH Playground Replacc�ncnt at Oakhurst, Worth Heights, Harrold Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102464. 1024�5, 102463 Revised July 1, 2011 POWER OF ATTORN� � RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, TL 61615 Phone: 800-645-2402 Know All Men 6y These Presents: T`hat this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Stcven R. Fostcr, 7ack M. Crowlcy, Deborah �nglish, Luke J. Nolan Jr., Daphnc Mass�y, Tcuta Luri. Julic M. Dcckcr Jashua Sattford I,aurie Pflu�, jointiv or severally in the City of Dallas , State of Texas its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, aclrnowledge and deliver for and on its behalf as Surety, in general, any and al( bonds and undertakings in an amount not to exceed Twenty �ivc Millian Dollars ( S25.000,0OO.OU ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Cornpany as if such bond had been executed and ack�aowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attomey or other obligations of the corporation. T'he signature of any such officer and the corporate seal may be printed by facsimile." lN WI7`NESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insarance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 8th day of .Tanuary , _2020 . State of [llinois County of Peoria ` � � NG ANp ��4 �`�00�?o�pPOA,�� :�.� 4 r�°' �''o ', SEAL •`�' :�v�• • t��� �(LINO�`' � ��mnn��" ` 55 ,``������u���i���� RLI insurance Company a�.�A►,NCE �o ; Contractors Bonding aad Insurance Company r�•�'���''�-_ ��}' �/ . , ' SEAL : = B''� � �� Barton W. Davis Vice President �''�.�� L I N 0\�,`�����`. '��,������������� CERTIFICATE On this 8th day of January , 2020 , before me, a Notary Public, personally appeared Barton W. Davis . who being by me duly swom, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Inaurance Company and/or Contractors Bonding and Insnrance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. BY= l LGI iU;��ri,P/� �. �� i'��� Gretchen L. Johnigk Notary Public /♦ r�r�►r����r• ��rrv�������t•� ► ' � ► . ► � � i • •' i � , � . . � •��• �� ,� : ... ....... .................i I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Ineurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furihermorc, that the Resolution of the Company as set forth in the I'ower of Attomey, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding022d Insurance Company this • �nri day of �ptember 2 RLI insurance Company Contractors Boading and Tnsurance Company �Y: �l�!'Ir-- A � �`� 1 _ 7effrey�T icl.�—� Corporate Secretary 4124953020112 AOOSSD l9 R� � RLI Insurance Company ' P.O. Box 3967 Peoria, IL 61612-3967 Phone: 309 692 1000 Fa�c: 309 683-1610 1.�.iAL'�S IMPORTANT NOTICE To obtain information or make a complaint: Texas Policyholder Notice TEXAS AVISO IMPORTANTE Para obtener informacion o para presentar una queja: You may call RLI Insurance Company's toll free telephone Usted puede llamar al numero de telafono gratuito de RLI number for information or to make a complaint at �00-645-2402. Insurance Company para obtener informacion o pa�•a presentar una queja al 800-645-2402. You may also write to RLI Insurance Company at: Usted tambien puede escribir a RLI Insurance Company: 9025 N. Lindbergh Drive Peoria, IL 61615 FAX # 309-683-1610 You may contact the Texas Deparhnent of insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439 You may also write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax Number: (S12) 490-1007 Web: www.tdi.texas.eov �mail: ConsumerProtection(a�tdi texas � 9025 N. Lindbergh Drive Peoria,lL 61615 FAX # 309-683-1610 Usted puede comunicarse con el Departamento de Seguros de Texas para obtener informacion sobre companias, coberturas, derechos o quejas a1 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Ausfin, TX 78714-9104 FaxNumber: (Sl2)490-1007 Sitio web: www.tdi.texas.�o_v �mail: ConsumerProtection tdi.texas. ov PREMIUM OR CLAIM DISPUTES: DISPUTAS POR PRIMAS DE SEGUROS O Should you have a dispute concerning your premium or about a RECLAMACIONES: claim, you should contact the agent first. If the dispute is not Si tiene una disputa relacionada con su prima de seguro o con resolved, you may contact the Texas Department of Insurance. reclamacion, usted debe comunicarse con el agente primero. Si la disputa no es resuelta, puecie comunicarse con el Departamento de ATTACH THIS NOTICE TO Y�UR POLICY: Seguros de Texas. This notice is for information only and does not become a part or condition ofthe attached document. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se convierte en parte o en condicion del documento adjunto. vw �oa2-s �osns) M4201815 COMMERCIAt AUi� CA 04 49 '� 9 16 THIS ENDORSEIIIYENT CHANGES TFiE POLICY. PL�ASE READ [T CAREFULLY. ��1��4�Y AI�D ��NC�NTRV��]TO�tI� � �iWL� I��IJF��►IV�� ����IiI�iV 7his endorsement modifies insurance pravided under the following: AUTO D�AL�RS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOT�R CARRIER COVEF�AGE FORM Wit� respec� to ca�erage pro�id�d by this endorsement, the provisions of the Coverage Form apply �nless modified by the endorsement. A. The following is added to the Other Insurance �. The follow[ng is added to the Other Insurance Condition in the Business Au#o Coverage Form Conditifln in the Auto Dealers Ca�erage �orn'm and and the Other Insuranee - Primary And �xcess supersedes any provisian tp the eontrary: Insurance Prauisions in the Motor Carrier This Coverage Form's Ca�ered Autas L.iability Caverage Form and supersedes any provision to Co�erage and General Liabilify Co�erages are the contrary: prirr�ary to and will not seek cor�tribution fram any This Co�erage �orm's Covered Autos Liability other insurance available to an "insured" undsr Coverage is primary ta and will not seek your policy provided #hat: eontribution fram any ather insurance available to 1• 5uch "insured" is a Named ]nsured under an "insured" under your policy p�'ovided that: such other insurance; and 9. 5uch "insured" is a Nam�ci Insured under Z• You haue agreed in writing in a contract or svch other insurance; and agreement that this insurance would be 2, You have agreed in writing in a contract or primary and waufd not seek contr[bution fro�n any other insurance avaifable ta such agraement tha# this insurance wou[d 6e 'insured". primary and wou[d not seek contribution from any other insurance availa�le to such "insured". CA 04 49 '[7 16 � Insurance Services Office, lnc., 2016 Page 9 of 1 THIS �NDORS�MENT CF#ANGES THE POLICY. PLEASE READ IT CAR�FULLY. A�DIi�BNAL IA�SUR�D �Y COIdTRACT �N90�tS�FUY��� This endorsement modifies insurance pravided under the following_ BUSII�ESS Al1T� COVERAGE PART With respect #o coverage provided hy this endorsement, the provisions of the Coverage Forrn apply unless modified by th� endorsement. A. WNQ IS AN INSURED for "bodily injury" and "properfy damage" liabi�ity is amended to include; Any person or organizatian other than a joint �enture, for which yau have agreed by written contract to procure badily injury or property damage "au�o" liabilify insurance arising out of operation of a co��red "auto" wiih your permission. Wowever, this additional insurance does not apply to: (1} The owner or anyone else fram whom you hire or borrow a covered "auto". This exception does not apply if the co�ered "auto" is a"trailer" conneeted to a covered "autd' you own. (2) Your "employee" if the co�ered "auto" is owned by that "employee" vr a member of his or her household. (3) Someane using a cavered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that busin�ss is yours. {4) Anyone other than your "emp[oyees", partn�rs {if you arE a partnership), members (if yau are a limited liability company), or a lessee or barrawer or any of their "employees", while mo�ing property to or from a covered "auta". (5) A partn�r (if you are a partnership}, or a member (if you are a limited liability company) for a cow�red "auto" ownerl 6y him or her or a member of his or her househald. B. The coverage extended to any additional insured by this endarsement is ]imited to, and subject to a[I terms, condiiions, and exclusions of the Coverage Park to which this endorsement is attaehe�. In a�dition, co�erage shall not exceed the terms and conditions tf�at are required hy the terms of the written agreement to add any insured, or to procure insurance. C. The limits of insurance applicable to suc� insurance shall be the I�sser of the limits req�ired by fhe agreement between t{�e parties, or the limits �rovided by this policy. D. Additional exclusions. The insurance afforded ta any person or organization as an insured under this endars�ment does not apply: 1. To "loss" wnich occurs prior to the date af your cantracf with such person ar organization; Z. 70 "loss" arising out of the sole negligence of any pers.on ar arganization that would not be an insured except for this �ndorsement, 3. To "foss" for any leased or rented "auto" when the lessor or his or her agent �akas possession af th� leased or rented "auto" or the policy periad ends, whiche�er oecurs first. includes co�yrighted material of insurance Ser�ices Office, Ine. with its permission. CA-F-127 (03-03) Policy Number: 1839205 7ransaction Effecti�e Date:09/0112022 T�iIS �NDORSEMEM" CHANGES THE POLICY. PLEAS� READ IT CAREFULLY. �LAidi��i 1MA1l�ER �� 1 F2AA�SFER O� �It��1i� O� R�C�l���Y This endorsement madifies fnsurance provided under the following: BUSINESS AU70 COVERAGE PART '�lith respect to ca�erage pro�ided by this endorsement, the pravisians of the Coverage Form a�ply unless modified by the endarsement. In the event of any payment for a loss under this Business Auto Coverage Pari arising out of your ongoing operatians, vve agree to Hraive aur rights under the TRANSF�R OF RIGHTS OF RECOVERY AGAINST OTH�RS TO US condition against any person or organizatian, its subsidiaries, directors, agents or employees, for which you have agreed by written contraet, prior to fhe aecurrence of any loss, to waive such rights, exce�t when the payment resu[ts from the sale negligence of that person or organization, its su6sidiar[es, directars, agents or emplayees. Includes capyrighted materiaf af Insurance 5ervices Office, Inc. with its permission. CA-F-'f 28 (Q3-03) Policy Number: 1839205 Transaction Effective Date:09/01/2022 COMMERCIAL G�N�RAL LIABILITY CG2001 9219 T'HIS END�RSEIVpENT CHANGES THE POLICY. PL,E�►SE' T�EAD fT CAR�Fl1LLY. P�OMARY �R�D ��NC�Ni�����T�F�Y � OTl��� �N�IJ�ANC� ��I��I f�ON This endarsement modifies insurance provided under the fallowing: COMM�RCIAL GENERAL LIABILITY CQVERAG� PART L[QUQR i.IABILI7Y COVER,4G� PRRT PRODUC7SIC�MPL�TED OPERA710NS LIABI�.I7Y COVERAG� PART The following is added to the Other irtsurance Cor�dition and supersedes any pro�ision to the contrary: Primary And Noncontributary Insurance This insurance is primary to and wiil not seek contribution from any other insurance a�ailable fo an additional insured under yaur policy provided that: (1) The additional insurecE is a Named Insured under such oiher insurance; and (2) You harre agreed in +nrriting in a contract or agreement that this insuranee would be pr[mary and woufd not seek contribution from any vther insurance available to the additiartal insured. O Insurance Services Offic�, Inc., 2018 Page 1 of "i CG 20 01 12 99 Policy Nurnber: 1839205 Transaction Effective ❑ate: 09/01/2022 COMM�RCIAL GENERAL LlAB1�ITY CG 20 33 12 19 iHIS ENDQRSEIVIENT CHAN�ES THE pOL.1�Y. PLEASE READ li CAREFULL.Y. I"L��Y�I�./�!"Y� ������D � 0���:\�� ������� �� H�����4���,\� � �����!"7���A ��l"{��� ���� RL�Q4�iR�� p� ,A ��o�TEN COR��iRUCi9�A� A� R �� i� ���' !�lli� Y�l� This endorserrtent modif[es insurance pravided under the following: COMMERGIAL G�NERAL L[ABILITY COV�RAGE PART A. 5ectian II - Who Is An Insured is amended to inc�Uc[e as an additionai insured any person or organization far whom you are performing operations when you artd such person or organization ha�e agreed in wrifir�g in a contract or agreement that suGf� person or organiza#ion be adcfed as an additional insured an ya[�r policy. Such .p�rson or organization is an additional insured only wi#h respect to liabi[ity for "badily inj�ry", "praperty damage" or "personal and ad�ertisi�g injury" caused, in whole or in par�, 6y: 1. Your acts or omissions; or 2. 7he acts or omissions of those acting on your behalf; in the performance of your ongoing operations for ti�e additional ir�sured. Hawever, the insur�nce afforded 'to such additiona� insured: 1. Only applies fo the extenf permitted by law; and 2. W�fl not be br�ader than that v�hicl� you are req�ired dy th� contract or agreement to provide for suc� additional insured. A person's or organization's status as an additionaf ins�red under this endorsement ends when your o�aeratiohs for that additional insured are campleted. B. With respec� to the insurance afForded to these add.itional insureds, the follawing additianal exclusions apply: This insurance does not apply to: 't. "Bodily i�jury", "proparty damage" or "personal and adrrertising injury" arising out of the rendering of, or the failure ta render, any prafessianal architectural, engineering or s�r�eying services, including: a. The preparing, appro�ing, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, fiefd orders, change orders or drawings and specifications; or b. Supei-visory, inspeci�an, archite�tural or engineering activities. This axclusion applies e�en if the elaims ag�inst arty insured allege negligence or other wrongdoing in the SUpECV1SI0I1, F�iring, employment, #raining or monitoring of others by thai insur�d, if the "occurrenee" which caused the "bodily injury" or "property damage", ar the ofFens� which caused the "personal and adver�ising injury", in�olved fhe rendering of or the failure to render ahy professinna[ ar�hiteciura�, engineering or surveying services. O lnsurance 5ervices Dtfice, Inc., 2018 Page 9 nf 2 CG 20 33 12 99 Policy Number: 1839205 Transaction �ffecti�e Date: 09/01/2022 2. "Bodify injury" or "property damage" occurring after: a. All wark, including materiais, parts ar equipment furnished in connection with such work, on ihe project (other than service, maintenance or repairs) ta be performed f�y or on behalf of the additional insured(s) at the locaiion of the co�ered aperations has been completed, or h. Thaf portion of "your work" out of which the injury or damage arises has b�en put to its intend�d use by any person or arganizatiort other #han ano#her contractor or subcontractor engaged in per€orming aperafions for a principal as a part af the sarYte project. C. With resp�;ct to the insurance afForc�sd to these additional insureds, the following is added to 5ection III - Lirnits Of Insurance: The most we wiil pay an behalfi of the additional insured is fhe amount of insurance_ 1. Required by the contract or agreement yau ha�e entered into with the additEonal insured; or 2. Availabl� under tF�e applicable Iirnits of insurance; whichever is less. This endorsement shall appficable limits of insyrance. not increase #he Page 2 of 2 O Insurance Services Office, Inc., 2018 CG 20 33 72 19 Policy Number: 1839205 Transaction Effec#ive Date: 09/01/2022 COMMERCIAL GENERAL LIABILITY CG 2�153 12 79 iHIS ENDORSENNENT CHAi�GES TFpE POLICY. PLEASE REA� 1T CQR�FULLy. 1�41AI11�� �� iI�AN���R �� R���i� �� �E��!l�R� �e���N�� 01��i�R� T� l�� (1�Ve41!l��t �� �lJ���G�eT��N} ��l�'O�llAil� Th�s endarsement modities insurance provided �nder the following: C�MM�RCIAL GENERAL LIABILITY COVERAGE pART ELECTRONIC QATA LIABILITY CQV�RAGE PART LIQUOR L.IABILI7Y CDV�RAGE PART PO�LUTION LIABILf�'Y GOV�RAGE PART DE5lGNA7�i] S1TES POLLUTION LIABILITY LlMITED COVERAGE PAR�' D�SfGNA�"ED S�TES PRODllC7S/GOMPLETED OpERATIONS LIASILITY CDVEF�AG� PART RAILROAD pROTECT'!VE LIABIl�ITY COVERAGE PAR7 UNDERGROUNp STORAGE i'ANK PO�ICY DESIGNATED TANKS Th� following is adcEed to Paragraph 8. 7ransfer Of Rights Of Recovery Against Others To U� of Secfian !V - Conditions: We wai�e any right af recov�ry against any person pr arganizafion, because af any payment w� make under this Coverage Part, to +nrhom the insured has wai�ed its right of recovery in a written confract or agreement. Such waiver py �s applies ar�ly to the extent #hat the insUred has waived its right of recovery against such person or organization prior to loss. O Insuran�e Services Dffice, lnc., 2Q18 Page 1 of 1 CG 24 53 12 19 Policy Number: 98392D5 Transaction �ffective Dafe: 09/01/2022 dL ���� �JL' �� 1 �h�l�l le� Ri,I Ins+�r�a�ce Carmp�r�y �v�rtr�c�ors �a�ding ar�r� Ins�rane� �am�sny 9025 N. i�indlner�h Dr. Peoris, iL G1b1S Fhone: B00•645-2442 lfCrcofs� All Men by These Presex�ts: That this Power af Attarney is nat valid nr ib eEfect unlesa attachecl to the band which it authorizes executer3, but may be dstached by the approving afficer iid�ssred. Thst 1sLI Ynsu�aace Campa�y and/vY Cont�°ac�nrrs �anding ��d In�ursnce Corrt�pasy, �aa� an [llinois cor�poration, (separately and tage#her, t�ie "Campar�y"} da i�eFeby mak�, constitute anc! ap�svint: ��e�cn R�'ost�e Jacl�A+i Crovsley���h��h.L�"n�li�h. �.� ,��^t°" r* ��4� tna �x Teuta I.,t�i Juli� M ��g�' �Toshua Sanford. T,au.:�, Pflu�,iai�tln or seveeallv - in the City of , State of _, Texas -----� ita true and laf:,�ful Agent(s) �nd Attorney(s) in Faot, with full pawer and authority hereby conferred, to sig�, sx�aute, aoknowled�e and deliver for �nd on its hehalf as Surety, in g�neral, �ny �nd �!I bonds and undertakings in an amount not ta excee�d _, Twen Flve_l��lliv� ,. ___� Dollars { q ) far any sin�le obligation. The acknowledgment snd exe�utic�n oi s��ch bond by thc said A�torney in ��ct shall be �s bindin� upon the Company as if such bo�d had been exeauted arad acknowle.�g�d b� the r�gularly elected affice�s of t�e Com�any. RI.I Insurat�c€ Corntpapy andlac Cofltr�ectors Bar�di�g �nd �n�ura�ce Cam��r�y, as appliaabl�, ha�ve each furthee certi��d that t�ie fallowBng is a true and exact copy of a Resolution adopted by the Board of Direators af eac� such carpoYation, and is now in foree, to-wik; "All bands, policies, undertalcings, ,�o�+vers of Att�rr�e� or othee obli�ations of the co�ar�a#ion shall b� exect�tad in t}te co�orate name of the Company by the President, Secretary, any Assistant Searota�y,1'reasucer, or any Vice Presidant, or by such other affice�s as the Board of D�recra� may a�thorize. 'Che �resident, any Vice �'residetit, Secretary, anq Assistant Secret�ry, or the Treasuzer may apg�int Attomeys in �aat or Agents vuha shall have autharity to issue bands, palicies or undertakings in the name of the Company. Th� co�parate seal is not necessary for the validity of any bonds, policies, undertalcings, Pawers o£ Attarney or otlner obligation� of the corpor$tion. The signatu�re of any suah officer and Che corparate seal may �e ps�nted by facsimile." iN WITNESS WHERE4F, the RLI ins�r�nce Ca�p��y and/or Contraetorrs �anding ��d Insur�nce Company, as a�pGcal�le, 1�av+ cauaed these {�r�sents to bE executed by its res�ctive Vice �'te�i��nt � with its cotgoPate seal affixed this 8E#� day a' ]at��.� � 2�20 • RLI inere�ance Co�p�fly Stata af Illinois County of Feoria } $S � � 4 •`�•�# ' •~trL`� +f -�'�v �; _F ty��� V��� ' r• — -', 'Y _ 9 � ��!► �.:'�� � �� � �l. r. ; �� _ .•" . + w. . ,, --- � 1!l�V�#�#s�'��' ����,�.,������� Contrecto►rs Bondin� and Ina�srsnce Compeny By: �� � �° • Bartan W, Davis Vice Pr�s9dent C�I3TiF�'ICAT� On thie gth day of ianuar;+ , 20Z0 , befpra me, � Notary 1'ublic, persanallp appearcd � na W. DevFs —, who beiaag by me duly swozn, acknowledged that bs signed the abQv� Power af Atturnay as tt►e aforesaid a�#'ic�r af the IiL� In�urance Com��ny andJor Contractar� Bondiag und Inautr�mnce Cor�t�ar�y and acknowledged s�id instn�ment to he the vatunkaty �ct and deed of said corporation. . � i By: _: :t, ... �.� Not pubfic Gretchen L, 7ohn9gk �5' �*-Y-Y g�-T-Y 7 Y 2 Y 7-t Y-Y � va' YY-Y Y,�`f S,T Y. '! Y Y'� � I�� • C � r • ' �' � �` ,�. . . . . , ., , ���+�++axaai a1A�nA.t0.laaaa+a� 1, the undersi�,med officee oi RLI Iflsur�flce Cornpa�y andlor Con�tr�rEaee �o�dic�g $�d Ir��e�w�nce Compuey, do her�by ce�tif� that th� attsched Power af AttQrney is in full farce and effecE and is irrevaaable; and furthern�or�, �}tat the Resnlution af tha Company as s�t for�h in the �'ow�r of Atto�nay, i5 i164Y is► force, sn tesmm�ny whereaf, I have l�eteunto set my hand and the seaf af tlze LdLI insur�nce Comp�ny and/or Cant��ctors Banding afld Insnrnnce Cnmpmny thia �.� day of �une , 2022 . RLi �nsura�cc Cnrn��ny Contr�ctor� Hmnding ffind Insu��nce CampAny �y: _ � — IcfFroy icl �� Cosgotate 3Screta�y I22�9530Z01!? A�058p1' STA.�TI�.AI�� GENER�A.L C��YTIOl�1S O�` T�IE COI�TSTR�JCTI�N �OI�TRACT CT'TY OF FORT WORTI-T STANDAI2D CONSTRUCTIOI�I SP�CTFTCATION I]OCLiivIENTS Playground Replacemeni at Oakhu�st, Wo � 0 4fi41�16 �65,a102463 Revision: 8723/2D21 STAND�RD GENERAL CONDITI�NS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS P�ge Article 1—Defnit�orvs and Terrninology ....................... ....1 ............................. ............................................... I.dl D�fined Terms ........................................... ....... .... .... .................................................... ..... . Terminology ............................................................................... .............................................. . fi Artzcle 2 — Prelzzz�ry Matters ........................................ ................. ............................................................. 7 2.01 Copies ofDocuments ................................. ..............._7 ................... ............. ................................ 2.02 Commencement of Cantract Time; Noiice to Proceed ................. ..,,.,._� . ...................................... 2.03 �tarting the Wark ............................ ..... ...... 8 --.. ............................................................................ 2.Q4- Before Starting Constru.etion ........................ ..........8 .......... ....................................... 2.05 Preconstruction Cdnfere�.ce ....................... --...5 ........................................................................... 2.05 Public Meeting ........................................... ....8 ...................... .........................................._.. 2.07 Iriztz�l Acc�pta.nce o�Schedules ......................................... .........8 A�rticle 3— Contract Documents: Intent, Arnending, Reuse ............. ...._ g 3.01 Intent ................... _...................................................... 3.02 Ref�rence Standards ..................................................................................................................8 ............................................ _................................................ 9 3.03 Reparting and Resolving Discrepancies ........................... ..................9 ... . .................................... 3.04 Amending and �upplementing ConlractDocur�aents ................................... ............. 1Q ............... 3.05 Reuse of Documents .................................. ............. . 20 .._.. ........................................................... 3.�6 Elec�ronic Data .............................................. ..... II Article �—Availability of Lands; Subsurfac� arxd Physical Cnnditions; Hazardous Environme�taI Conditions; Reference Poin�s ............................................ ............................................................1 X 4.01 A�a.ilability of Laxads ...................................• ...........................11 4.02 �ubsurface and Physical Conditions .............................................................. ........................................12 4.Q3 Differi�ng Subsuz�ace or Physical Con.ditions .......................................... .............................. ] 2 .... 4.0�4 Undergxound Facilities .......................... ................................................................................... l.3 4.05 Reference Points ............................................. .............1� ........... .......................................... ..._... 4.06 Hazardaus Envircmz�tnental Condition at Site ................................. ..,,,,,,,....... ��} Article 5 —Bands a�dInsura.nce .............................................................. ...16 ....... ....... . .................................. 5.01 Lic�nsed Swreties andZnsurers ................................................. ...............................16 ................. 5.02 Performance, Paynxent, and Maintenance Bonds ............................... .................16 ...................... 5.03 Certificates of Insurance .................................................. .............16 ........................................... 5.04 Contractor's Ins�ra.nee .................................................................. _............18 ............................. _ 5.(l5 Acceptance ofBonds and Insurance; Option to Replace .................... .,,,,.�q Article 6 — Contracfiox's Respansibilities .......................................... .......19 ....................... . .................... ......... �.Ql. �upervision and Superintendence .................... . .........................................................................19 CITY OF FqRT WORfiH STANDARi3 CONSTRUCTION SPE[:Lt+ICATION DOCUMENTS Playgrottttd Replacement at Oakl�urst, Worth Haights, Harrnld Park Revision: 8/23/2Q21 102464, Id246S, 102463 6.02 Labor; Worl�ing Hours ...........................................................................ZO ................ .................. 6.Q3 Services, Ma�erials, and Equipment .........................................................................�0 6.0� Project �chedule .......................................................................................................................21 6.05 Substitutes and "Or-Equals" .....................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Otk�ers ...................................................................24 6.07 Wage Rates ..............................................................................................................................25 6.0$ PatentFees andRoyaltses .........................................................................................................26 6.09 Permits and Utilities .....................................................................................27 ............................ b.10 Laws andRegulaYions .................................._..........................................27 6.11 Taxes ........................................................................................................................................28 6.12 1Tse af Site and Oth�r Areas .............................................28 b.13 Record Daeuments ...................................................................................................................29 614 Safety and Protectzan .....................................................................29 .......................... . ................ 6.15 SafetyRepresentative .................. ......................................................................30 ....................... b.16 HazardCommunication Programs ............................................................................................30 6.17 Emergencies anc�lorRectiiicatzon .............................................................................................30 6. � 8 Submittals ............................................. .................. 31 ................................................... _......._... 6.19 Continuing t�e Work ........................................ .....32 6.20 Contractor's General Warrar�ty and Guarantee ........................................................................ 32 b.21 Tndemniiicatitin ......................................................................................................................33 b.22 Delegation af Professional Deszgn Services ............................................................................ 34 6.23 Right to Audit ...........................................................................................................................34 6.24 Nondiscrimination ....................................................................................................................35 Article 7- Other Work at the �ite ................... ......................................................---... 35 ............................... 7.01 Related Work at Site ..........................................................................35 7.02 Coordinatian ............................................................................................................................3f Article8- City's Responsibilit�es ............................................................................................................... 3b 8.01 Communications ta Contractor ..................................................................................................36 8.02 Flart�ish Data ............................................................................................................................. 36 8.03 �ay Whe� Due ................................................................................................36 ......................... 8.04 La:nds andEasements; Reports and Tesis ................................................................................ 36 8.05 Change Orders ................................................................ 36 ....................................................... $.06 Inspectaans, Tests, and Appro�als .......................................................................................... ..36 $.07 Limitations on City's Respor�si�ilities ......................................................................................37 8.08 Undisc�asedHazardaus Environ�mental Condition ...................................................................37 8.09 Compliance with SafetyP�'ogram .............................................................................................37 Article 9- City's Observarinn Status Durin� Consl�uctian .......................................................................... 37 ��01 City's Project Manager ........................................................................................................... 37 9.02 Vi�its to Site ...................................................................... .......................................................37 9.03 Au��Yiorized Variatians in Work ......................................................................38 .......................... 9.04 Rejeci�ngDefective�orl� ............................... ....38 ... . ........................................ 9.OS Detenrninations for WorkPerformed ........................................................................................38 9.06 D ecisions on Requiremen�s of Cantract Documents and Acceptability af Work ....- • • . • .. • • • • • • • • • - 3 S CITY OF FOItT WORTI-I STANDARD CONSTRUCTION SPECI�'iCATION D4CUMENTS Play�round RepiacemenL at Oakliuist, Wortli Heiglils, Harrald Pa�•k Revision: 8/2312a21 402464, 1p2465, 102463 At`Eicle 10 — Changes in the Wark; Claims; Extra Worlt ..................... ..........................................................38 10.OI Aut.horized Cha.nges z� the Work ..................................................... ...38 • .................................... 10.02 Unauthorized Changes in the Wc�xk .................. ........................... ................................39 .._......... I O.Q3 E�ecution of Chaz�ge Orders ...................._..................... ................ 39 ........................................... 10.04 �xtra VL�ork ....................................................... ...... 39 ................................................................. 10.OS Notificatzon ta Surety ......................................................... ....39 .............................. ................. ... 10.06 Coniract Clairns P�ocess ............................................... ..... 40 Article I1—CosC oft.�e Wark; Allowances; U'nit Price Worlc; Plans Quantity Measurement ..................... 41 11.01 Cost o�'ihe Work ................................................ .......... 41 ............................................................ 11.02 Allo�vances ........................................................... .............. 43 ............... ...................................... I 1.03 Unit Price Work ...................................................... ...44 11.04 Plans Quantity Measurement ...................................................................................................45 Artzcle 12 — Change o�Cantract Pric�; Ch�ge of Contract Time ..................................... .......................... 46 12.01 Change nf Contract Pzice ............................................. ..... ..........46 ............................................. 12A2 Ghang� of Coniract Tilxae ................................................... .... 47 .................................................. �2.03 Delays ................................................................................... ................................................... 47 Article 13 -- Tests andInspectiflns; Correction, RemovaZ or Acceptance of Defective Worl� .......................48 13.01 Notice ofDefects ................................................................................... .................9�� ................. 13.fl2 Access to Work ................................................................................. .................48 ...................... 13.03 Tests and Inspections .............................................. ................ 48 ........ . ........................................ 13.04 i7ncovering Wor1� ........................................... ...49 ...................... ............................................. 13.OS City May Stop the VVork .................................................. ........................................................ 49 13.06 Correctian or Remaval af Defective Work ..................... ...,Sp ..................................................._. 13.07 Correction Period .................................................. SO ................................................................... 13.08 Aceeptance ofD�fective Wor1c ................................................. ..51 ............................................. 13:09 CityMay CorrectDefect��ve Worlc ...................................................... .............51 Article 14—Payments to Contrac�or and Coznpletion.,.......... . 5� ............................................................... 14.01 Schedule ofValues .....................................• ......................... 52 ........ .......................... 1.4.02 Progress Payznents ................................................................ .............52 ............................ 14.03 Cax�iractor's Warranty of Title ........................ ............. 54 ............................................... ............. 14.04 �'artial Utilization ......................................................... . .....55 ................................................... I4.a5 F2nal Inspection ..................................................• .................... 55 .............. �..............................._. 14.06 FinaI Acceptance ....................................................... ............. 55 ....................... . . ................ 14.07 Final Payment ................................................................................... 56 ....................................... 14.08 Final Completian Delayed and Pat�ial Retainage Release ........................... .,.5� z4.09 Waiver ofClaims ..................................................................................................................... 57 Article 15 — Suspension of VIWark and Termrnation .............................. .. S7 ...................................................... 57 15.�Z City May �uspend Waric .................................................. 15.02 City May Terminate for Cause ................................................................................................. .. ........................................... 5 $ 15.03 City May Terminate For Convenience .......................... ........................................................... b0 Article 16 —Dis�ute Resolu�ion .............................................................• . 61 .................................................... 16.01. Methoda and Procedures ................................................................... ..................... 61 CITY OF PORT WQRTH STANbARD CONS 1'KLTC'1'ION SP�CIFICATION bOCUMENTS Playgraund Replacement at Oakliuist, Wc�rtlti Heigi�ts, Hannld Par[c ReViSiott: 8l23/2Q21 102464,1024b5,(U24G3 Article 17 —Miscellaneaus ..................................................... 62 .............................. ....................................... 17.01 Giving Natice .......................................................... 62 ......................................................... ....... 17.02 Conapuia�ion ofTimes ..................._.... ............................................._......62 17.03 Cumuiative Remedies .............................................................................................................. b2 17.�4 Survival of Obligations .......................................................... 63 17.05 Headings ................................................... . .............................................................................. 63 C1TY b�' FORT �70RTF3 S'TANDARl7 CONSTRUCTIOI� 5i'ECIFICATIOi1 DOCiIMENTS Playgrottnd Replacement at Oakl�urst, Waztlt Heights, H4urold Park 102464,102465,102463 Revision: 8Y2312021 aa �z ao - � GENERAI. COND IT IQ N S P�ge 1 of 63 ARTICLE � -- DEF�TITIQN� AND TERNIIIVOLQGY 1.01 De�ned Terms A. Wherever used in these Genera� Conditions or in o-ih�r Cant�aet Documents, the terms listed below have the xneanings indicated which are applicable to both the singular and plural thereof, an.d v�ords denoting gender sha11 include the masc�line, feminine and neuter. Said terms are generalIy capitalized or v�ritten in italics, but not always. V4'hen used in a cont�xt consistent wi�h the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized ar otherwise. In addition to tern�s s�ecifically de�'med, tezms witk� initia 1 capiial letters in the Contract Documenis inciude references to identif ed articles and paragrapl�s, and i�e titles of other documents ar forms. 1. Addend�—Written or graphic instruments issued �rior to tk�e opening of Bids whic� clarify, correct, or change the Bidding Requi�ements or the proposed Contraci Documents. 2. Ag�eement—The written instruzxient which is evidence of the agreement between City ar�d Contractor cov�ring the Worlc. 3. .,4pplica�ion for Pc�yment—The �ozm acceptable to City �vhich is to be �sed by Contractor c�uring the cauxse o�'the Worlc in requesting progress az fmal payments and wl�ich is to be accompanied by such su�porting documentation as is required by the Contract Documenis. 4. Asbe:stos—Any znatarial that contains mare than ona perceni asbestos az�d is friable or is rel�asing asbesios fiber� into the air above current aciion Ievels �stab�ished by the LTnited States Occupationa� Safery and Healih Adrnixvstratzon. S. Award — Authorization by iI� e City Council �or the City to enter into au Agreeme�t. 6. I3id—Th� offer or proposal a�' a Bzdder submztted on ih� prescribed �orm setting for�h the prices for the Work to be performed. 7. Bidde� The in�.ividual ar en�ity wk�o submits a Bid directly ta City. Bidding Doc�arnents—The Bid.ding Rec�uirements ana �he proppsed Contract Documents (including a1Z Addenda). 9. BiddingRequi�ements—The advertisernent or Tnvitatian to Bid, 7nst�uctions �o Bidder�, Bid security of acceptable forzn, if any, and the Bid Farr� witY� any su�plements. 10. Business Day -- A business day is de�ined as a day that the City conducts nornnal busiz�ess, g�nerally Monday through Friday, except for feaeral or state ha�idays observed by the City. I 1. CalendarDay --A day consisting of 24 hours m�asured frazn inidnight ta tk�e ne�t midnight. CIl'Y OF FORT V4`ORTH STANDAI'cD CONST R U CT ID N SPEC IF ICA T IO N DOCUMENT5 Revision; &/23/2021 U072.00-1 GENERAL CONQ IT IO.N S Pa�e 2 oi 63 12. Change D�der�A document, which is prepa:red and approved by the City, which is signed by Contractar and City and authorizes an additxon, deletion, or revision in ihe Work ar an adjustrzaeni in the Cantract Price or the Contract Time, issu�d on or after the Effecti�e Date of tlae A�reezrient. 13. City— The City af Fort Workh, Texas, a home-rule municipal corporation, au�horized and chaartered under the Texas State Staiutes, acting by its governing body thx'ough its City Manager, his designee, or ag�nts authori�ed under his behalf, eaah of which is required by Charter to perForm speciiic duties wi�h responsibility for final enforcement o� the contracts involving the City af Fort Woz`�h is by Charter vested in. the City Manager and is the entity with whorn Contxactor has entered into the Agreement and for wham the Work zs to be perfornr�ed. 1�1. Gity A�torney — The ai'ficially appointed City Attorney of the City of Fort Wor�h, Texas, or his duly autborized representative. 15. City Council - The duly el�cied and qualified governing body of the City of Fort Wflrth, Texas. 16. City Manager -- The officially appointed ax�d author��ed City Manager of the City of Fori Worth, Texas, ar his duiy authorized representative. 1.7. Contracl Claim A demand or assez�ion by City or Contractor seeki�ng an adjustment of Contract Price ar Contract Time, or botla, or other reiief with respect to tha ter�ns of the Con�'act. A d�mand �'or money or services by a third party is not a Contraet Claim. 18. Contract—The entire and integrated writ�en document between th� City and Contractor concerxiiz�� the Work. The Conl�aci contains the �,greeme�t and a11 Contract Documents and supersedes pxior negotiations, representation.s, or agreements, whether written ox oral. 19. Contract Docume�ats—Those i�ems sa desigziated in the Agreement. Al1 iteix�s listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and i�ae reports and drawings of subsu:r�ace and physical conditions are not Contraet I�ocum�ents. 20, Contract Price—The moneys payable hy Cit� to Contractar for eompletion of the Wor1c in accardance wiih the Contract Docunaents as stated ix� the Agire�ment (subj ect to ihe pro�isions af Paragraph 11.03 in the ease af Unifi Price Wark}. 21. Contraci Time--The nuznber of days or the dates stated in the Agreement to: {i} achieve Milestones, if any and (ii) complete the Work so that it is r�ady for Final Acceptan.ce. 22_ Cont�actor The individual or entity with whom City has entered inta the Agreeznent. 23. Cosi of the WoNk—�eeParagrapla 11.01 o�these General Conditions for d�finition. C1TY OF FORT '�70RTH STANQARD CONST R U C T 10 N SPfiCIF ICA T IO N DOC[5A�1Et�1T5 Revisinn: 8/23�021 oa�zoa-� G�N�RAL C6NQ 1T 10 N 5 Page 3 of 69 24. Damage C`laims — A demand fax mor�ey or services arising from tJ�e Project or �ite fxom a third party, City or Contractax exclusi�e of a Contract C1aim. 25. Day ox day — A day, unless oth�rwise defined, shall znean a Calendar Day. 26. Directar of�Aviation -- The officially appointed Director of the Aviation D�partment o�'the City of Fort Worth, Texas, or his duiy appointed representative, assistant, or agent�. 27. Dzrector of Pat�ks and Commur�ity Servi�es — The o�Fcially appointad Director of ihe Parks a.�d Comrnunity Services Depaztmex�t of the City o�'Fort Wortk�, Texas, or his duly appointe d repz�esentative, assista�t, or agent�. 28• Dir�ctor� of Planning and Development— The afficially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appoir�te d representa�zve, assis�ant, or ag�nts. 29. Di�ector of T�ansportation Public Work s-- The afficially appdinted Director of ihe Transportatian Pu�blic Wo:rks Deparkment of the Czty of Fort WorEh, Texas, or his duly appointed repres�ntative, assistant, or agents. 30. DirectoY of WaterDepart�nerat— The oF�cially appointed Drrector of the Water Department of the City of Fort Worth, Texas, ar his duly appointed representative, as�istant, or agents. 31. D�awings—That part af the Contract Docwx�enis prepared or approved by �ngineer whzch graphieally shows th� scope, extent, and character o f the Wark to b� performed by Contractar. Submittals are not Drawings as so deizned. 32. Effective Date of the Agreement—The date indicated in the Agreement on which zt becomes effective, bu� if no such daie is indicaied, it �means the date on which tbe Agr�e�ent is signed and delivered by the last of the two parxzes to sign and d�lrver. 33, Enginee� The lic�nsed professional engineer or e�gineering firm regzstered in the State of T�xas performing professional sexvices fax the Ciiy. 34. Extra �ork — Additional work rnade necessary by changes ar alteratio�s a�F ihe Contxact DocUments or of quantities or �or oth�r reasons fox which no prices are pravided in �e Coniract Documents. Extra work shall be pat-t of the Worlc. 3S. �'ield Order — A written arder 'rssued by City which requires changes in. the Work but whic h daes nat involve a e�azige in �e Contract Price, Co�fxact Time, or the intent of th� Ez�gineer. Field Orders are paid fro� Fielti Q�rder AlZowances incorporated into �he Contract by �'unded wor�� type at the time of award. 3b. Final Accepiance — The wriiten notiee gi�en by the City to the Contractor that the Work specified in the Cont�act Docuznenis has been campleted to the sa.ti�factian of the City. CITY QF FORT WORTH STAN[3AR17CDNS'PRCICTION SPECIFICATION dOCLfMENTS Itevisian; 8/23/202] 40 72 00 - I G�.NERAL CONfl IT 10 N S Page 4 oF b3 37. Final Iraspection — Inspection carried aut by the City to verify that the Con�ractor has campleted the Work, a�d each a�d every part or appuz�enance thereof, fiilly, entirely, and in conformance with the Confxact Documents. 38. Gene�r�l Requirements�ections of Division 1 of tl�e Contlract Documents. 39. Hazttrdous Envi�anmentc�l Gondition—The presence a� the Site of Asbestas, PCBs, Petroleum, Hazardous Waste, Radioaciive IVlaterial, or dther materials in such quantities o�' circumstances that may present a substantial danger to persnns or propezty exposed thereto. 40. Hazardaus Waste—Hazardous waste is de�ined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from ti�.e to time. �41. Laws and Regulations—Any and a11 applicable laws, rules, regulations, ordinances, cades, and orders of any and all governmental bodies, agencies, autharities, and courts having jurisdiction. 42. Liens—Chaaeges, security interests, or encumbrances upon Project funds, real property, ar personal praperty. �3. 1Vlajor .�tem — An Item af wark includ�d in the Contract Docum�nts that has a total cost equal to or greater than 5% of the original Cont�act Price or $25,00{} �uhiGhever is Iess, 44. Mile�tane—A principal event specified in the Contract Documents relatin� to an intermediate Gontract Time prior to Final Acceptance of th� Work. 45. Naiice of Awar�d—Tl�e written n.otice by City to the Successful Bidder stating that upan timely compliance by the �uccessful Bidder with the conditions precedent li�ted therein, City wi1l sign and deliv�r t11e Agreement. 46. Notice to Proceed—Awritten notzce gi�en by City io Contractor fixing the date on which the Contract Time will commence to run and on �vhich Contractor shall start to perform the Work specified in Contraci Documents. 47. PCBs—Polychlorinated �ip�enyls. 48. Petroleurn P�troleum, including crude oiI or az�:y fraction thereaf which �s liqnid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absoiute), such as oi1, petrole�x�n, fizel oil, ai1 siudge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 49. Plan.� — 5ee defiz�i�ion af Drawings. CITY bF �'ORT WORTH STANI)ARD GONST RV CT IO N SP�C fF 1CA T 10 N 1]OCiIl4fL�NTS Revision: 8f23/2fl21 00 72 Da - l GENERAI. COND IT 10 N S Page 5 of 63 5Q. Project SchedLcle A schedule, prepared and maintaiz�ed by Contractar, in accordance with ihe General Requirements, describing the sequence and dura�ion of the activities ca�prising the Cantractor's plan to accomplish the Worl{ withiz� the Contract �`ime. S 1. PYoject—The Work to be �erformed under the Contraet Docurnents. 52. P�ojectManager—The autharized re}�resentative of tile City who utill be assigned io t11e �ite. 53. Public Meeting — An announced meeting conducted by tlle City to faciliiate public participation and to as�i�t the pubiic in gaining an informed view of the Pz-oj ect. SA�. Rr�dioactive Material—Saurce, special nuclear, or byproduci material as defir�ed by the Atomic Energy Act af 1954 (42 USC Section 2QI l. et seq.) as az�ended fro� time to time. SS. Regular Wor�k ing Hours — Hours beg�nning at 7:OQ a.m. and �nding at 6:00 p.rn., Monda y tk�r� Friday {excluding legal holidays). 56. Sa�raples—Physical exampies of matarials, e�uiprnent, or vUorl�.nanship that ar� representati�ve of'some portion ofthe Worl� and which establish tb.e standards by whach such portion of t.�e Worlc will be judged. 57. Schedule af Subrtlittals—A schedule, prepared a,nd maintained by Contractorc, of required submittals and �he tizzze requirements ta support scheduled performance of related constniction activit�es. 5$. Sched�ie of T�al�es—A schedule, prepaxed and ma.intained by Contraetor, allocating portions of the Contract �'rice to various portions of the Worl� and used as the basis for reviewzng Coz�tractar's Applications for Payment. 59. ,5`ite—Lands ox areas indicated in th� Contract Docunaents as b�ing furnish�d by City upor� which the `L�V�ark is t� be performed, irxeluding rights-of-way, permits, and easennents for access Y.Iiereto, and such other ?ands �urnished by City �hich are deszgrzated far the use af Canfractor. 6Q. 5pecifica�ions—That part of the Contract Documents consisiing df written r�quireznents for maierials, equiprnenf, systems, standards and workmanship as applied to the Warlc, and c�rtaira. administrative requirements and procedural matters applicable tIiereta. Specifications may be s�eeifically made a part of the Contract Documents by attachrnent ar, if not attached, may be incorpa�ated by ref�rence as indicated in the Table of Contents (Division QO 00 00) af each Proj ect. 61. Subconlraetor An individual ar eniity having a direct ennt�act with Contractor �r with any other Su�contractor for ihe performance of a part of the Vkjaxlc at the Site. CITY OF� hORT' �JORTH STANDARa CONSTRII CT [0 N SPECIF 1CA T 10 N DOCUMENTS Revision: $/23/2021 00 �zoa- � GEN�RAt COf1D !� 10 N S Page G o� 63 62. �'ubmittals—A11 drawings, dia�ranns, illustrations, schedules, and other data or infoz-rnation which aY'e specificall� prepared or assembledby or for Co�tractnr and submit�ed by Cont�actor to illustrate some portion of th� Worlt. 63. Sub�tantial Completion — The stage in fhe progress of the Project when the Work is sufficie�tly complete in accoxda.t�ce with the Contraet Documents far Final Inspection. b�, S'uccessful Bidder 'The Bidder submitting the lowest and most responsive Bid to whom City malce5 an Award. b5. Superintendeni — The representative of t11e Co�firactor who is available at all times and abl� t� recei�e instructions from the City and to acfi for the Contractor. 66. S'upplementr�ry Canditions--Tkxat part of the Contxaci Documents which amends or supplements these General Condztions. 67. Supplier A manufactur�r, fabricator, supplier, distribuzor, znaterialman, or vendox havix�g a direet contract with Contractor or with any Subcantractor to funr�ish materials or equzpment ta be incorporated in the Work by Contractor or 5ubcontractor. b8. Undergrounil Facirzties Al] underground pipelir�es, conduits, ducts, cables, wires, z�nanl�zoles, vaults, ianks, tuzinels, or ather such facili�ies or attachments, and an.y encasements cont�ining such facilities, including but not li�ited to, those �hat convey electricity, gases, steam, liquid petroleum products, fiele�hone or other commuz�ications, cable televisian, water, wastewater, storn�. water, otller liquids ar chemicals, or traffie or ather control system.s. 69 Urait Price Work--See Pa�ragrapb 11.03 0� tbese General Conditions foz defination. 70. Weekend Work ing Haurs — Hflurs beginning at 9:0� a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holzday, as approved in advance by the City. 71. Wark—The entire construction or the various �eparately iden�ifiable parts t�ereof required to be pro°vided under the Contract Documents. Wark includes and is the result af perforrning or �roviding aI1 labor, ser�ices, a�d documentatian necessary to produce such construction including any Change Qrder or Field Ordex, and fizrnishing, installing, and incorpo�ating all mater�als a�d equipment into such canstruction, all as required by the Contract Documents. 72. �ork ing Day —A working day is de�'ined as a day, not including Saturdays, Sundays, or lega I holidays authorized by the City for con.tract puzposes, in whicl� weather or oth�r conditians not under the control of the Contractor will permzt the performance of the pri�xxcipal unit of warkunclerway for a cantinnous perzod of not less than 7 haurs bet�reen 7 a.m. and 6 p.m. 1.02 Tet�mit�olagy A. The words and terms dascussed in Paragraph 1.d2.B �ht'ough E are not defined but, �henused in the Bidding Requirements or Contract Dacuments, have the indicat�d meaning. B. Inient af Certain Terms or,�4djectiv�s: C1TY QF FOR1' WORTH STANDARD CONST RCI CT 10 N SPE� IF [C A T iq N DOCUMEN'PS Revision: 8/23/2021 oo��ao-i GENERAL COND IT Id N S Page 7 of 63 T�ie Cnntxact Documents include the ter�xis "as alIawad," "as approved," "as ardered," "as d�rected" or terms of lik� effect or import to authoxize an exercise of judgmeni by City. It� addition, the adjecti�es "reasonable," "SUlta�?l�," "acceptabl0," "�YQ��Z," "S�t1S�aCtO�'�i," OT adjectives oilike effect ar import are used to describ� an action or deterxxiination ofCity as to the Work. It is intended that such exexcis� o�prof�ssional judgment, action, or deter�aination will be soleiy to evaluate, in general, the Work for complianee with rhe information in tne Contract Documen�s and wi�h the design concept of th� Project as a functioning �vhoIe as shown or indicated in t1�e Contract Docuzxients (unless there i� a specific staCemen.t indicating Ot�l�l'W15E�. C. Defective: The word "def�ctive," when modifying the word "Work," refers to Wor1� thai zs unsatisfactory, �'aulty, or defici�nt in that it: a. daes not conform ta t,�e Contxact Dncument�; or b. does not meet t�e requirements of any applicable znspection, raference staradard, test, or approval referred to in �ie Contraci Documents; or c. has beez� damaged prior to City's urritten acceptaxace. D, Furnish, Ixastall, Perf'a�^rn, Provide: 1. The word "Furnish" or th� word "Install" or the �rard "Pcrfarm" or the woxd "Provide" ar the �ord "Supply," or any combination or similar directive or usage thereof, shall mean furnishiz�g and zncorpa�ating in the Worl� including all necessary lai�or, rnaterials, ec�uiym�ent, and every�hing necessary to perfbrm the Work indicated, unless specif cally lirrzited in the context used. E. Unless stated otherv�rise in the Confiract Documents, words ax plu�ases that have a well-lcnawn technical or construction indusiry or trade meanzng are used in th� Contract Documents in accordazice with s�ch recognized meaning. ARTICLE 2 — PRELINIINAR.y MATTER.S 2.O1. Co�ies af Documents City shall fizrnish to Conixactor one (1) axiginal executed copy and one (1) elae�ronic copy of �e Confract Dflcu��nts, and foux (4} additional copies of the Drawings. Addztional capies wiil be furnished u}�on request at the cost of reproduciion. 2.02 Commencement of GoniYact Time; Notice ta P�oceed The Cantract Time will camrnence to run on �ie day indicated irz the Natice to Proceed. A Notice io Proceed may be given no earlier than 14 da�s af�e�� the Effec�ive Date af t�ie Agz�eernent, unIess agreed ta by both parties in wriring. CITYOFPOI�T WORTH ST�INDAR[3CQNSTRUCTIQN SPECIFICATION QOCi7M�.i�S Revision; $123/2D21 Op724a-I GEN�12A1. COND IT 10 N S Page 8 of 63 2.03 Starting the Work Contractar sha11 start to perform the Worlr on the daie when the Contract Time cammences to run. Nn Wor1c shall be done at the Site prior to the date on which the Contract Time co�unences to run. 2.04 Before Stat�ting Construction Baseline Schedules: Subnr�.it xn accardance wi�h the Contract Documents, and prior to starting the Work, 2.05 Preconstruction Canference Before any Wark at the Site is started, th� Contractor shall attend a Preconstructian Conference as specified in the Cnntract Documcnts. 2.06 Public Meeting Contractor may not mobzlize any equipment, materials or resources to the �ite prior to Contractor attending the Pubiic Meeti�g as schedulad by the City. 2.07 Ir�itial Acceptance of Scheda�le� No progress payment shall be made to Cantractor until acceptable sck�edules are submitted to Cily in aceordance �vith ihe Schedule Specificatian as pro�vided in the Contract Aocuments. ARTICLE 3— CONTRACT DOCLIMENTS: INTENT, �NDING, REUSE 3.01 1�ntent A. The Contract Dac�ments are com�lemeniary; what is requir�d by one is as binding as if required by all. B, It is t1�.e int�nt r�f the Contract Dacunnents to describe a fiin�ctionally complete pz'oje�t (or part thereo� to he consiructed in accordaz�ce with the Contra�t Documents. Any Iabor, dacum�ntation, services, materials, oz� equipment that reasonably may be inferred from the Cont�act Docurxa.ents or from p�evailing custom or trade usage as b�ing required to produc� tlae indicat�d result will be provided whether ar not speci�cally called for, at no additianal cost to City. C. Clarifications and interpretat�o�s of the Confiract Documen�s shall be issued by City. D_ The Specificaiions may vaz'y in form, format and style. �orxze Specif cation sections may be turitten in varying de�'ees of streamlined or declarative style and some sectians may be rclative ly narrative by comparison. Otnission of such words az�.d phrases as "the Cantractor shall," "i� C011�017]11�� Wi�l," "as shown," OT' "�S S�EC1�1�CX" ara intentional in streamlined sections. Omitted words arid phrases shall be su�p�ied by inference. Similar types of provisians may appear in various parts of a section or articles withi� a paz-t depe�ding on the format of the C1TY OF FORT WORTH STANDARD C6N5T 1�U CT IO N SPGCIF ICA 7' [� N➢OCUhfENTS Revisian; 8/2312021 0072Q0-1 GENERAL COND IT Ia N S Page 9 of 63 section. The Cont�actor shall not ta1�e advant�ge af any variation of form, format or style in malsing Contract Claims. E. Th� cross referencing afspecification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" az�d elsewhere within each Specificafian section zs �rovided as au aid and con�enience to tlle Contractar. Th� Contractor shall not rely on tlie cross referencing provided and shall be responsible �o coardinate the �ntire Warlc under the Coniract Documents a,t�d provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is cazz3.�lete. 3.02 Refe�ence ,Standa�ds A. Standards, Speci�icatioz�s, Codes, Laws, and Regulations 1. Reference ta standards, �pecificatio�s, zn.anuals, or codes of any technica.l society, arganization, or association, or to Laws ar Regulations, whether such reference be specific or �y implication , shall mean fihe standard, specification, manual, cade, or Laws ar Regulatians in effect at the time of opening of Bids {or an tk�e Ef�'ective Date of the Agreement if �ere wexe n.o Bids), except as may be other-uaise speeifically siated in ihe Contrac� Doeuments. 2. No provision of any such standard, speci�icaizon, znanual, or code, or any instruction o� a Sup�lier, shall be �f�ective to change t11e duties or responsibiiities of City, Cant�ractor, or any of their subcontractors, consultants, agents, or emplayees, from t�iose �et farGh in t1�e Cantract Documents. No such provzsion or instruction shall ba effective to assign to Ciiy, or any of its o�ficers, di�ectors, members, partners, emplayees, agents, consultants, or subcontractors, any duiy or authority to supervise or direct tb.e performa.nce ofthe Work or any duty ar authority to undertake responsibility inconsisient with the provisions of the Cont�raci DocuYnent�. 3.03 R�po�-ting and ResalvingDiscrepr�ncies A. Reporiing Di�crepancaes: Contractor'sReview of Contract Documents Befo�e Sta�ting Wo�k: Before undertalcing each part of the Wor�c, Contractar shall carefully study and compare the Coniract Documents and checl{ and verify pertinent figures thexein against aIl applicable fi�1d measurements and conditions. Cantractor sha11 pro�ptly report in writing to City any conflict, enror, ambiguity, or discrepancy whic� Contractor discovers, or has actual 1rnow�edge af, �nd shall obtain a writ�en �nterpretaiion or clarificataan fronn City before proceedir�g with any Warlc af�ected tllereby. 2. Contractor's Review of Contract Docuna�nts Du�irag Perfortncznce of Y�oriz ; If, during tkie performanee of the Work, Contractor discavers any conflict, error, amhiguity, or discrepancy within the Contrac� Documents, or between tlie Contract Dacuments and (a} any applicalale Law or Regulation ,(b) any �tandard, specifZcatzon, manual, ar code, or (c) any instruction af any Suppli�r, then Contractox shall prQmptly repori it to C�ty in writang. Contxactor shall noi proceed with tk�e Worl� affected thereby (except in an emerg�ncy as required by Paragraph crm� o� �ax-r wox� STAN➢ARDCO�STRUCTION SPL+CIFICRT[ON DOCUl4[6N'C5 Revision: 8/23r2021 ao�zoo-i GENERAL GOND I i Ia N S Page ] 0 of 63 6.17.A} untii an amendment or supplem�ni to the Contract Documents has been issued by one of the meihads indicated in Paragraph 3.04. 3. Contractor shall not be liable to Ci�y for failure to repaxt any cdnflict, errar, a�bzgnity, or discrepancy ir� the Contract Documents unless Contracior had actual lcnar-vledge thereof. B. Resolving Discrepancies: Except as nnay be otherwise specifically stated in the Cantract Documents, the provisions oi the Contract Documents shall take precedence in resolving any conflict, errar, ambig,uity, or discrepa.ncy between the provisions of the Contract Docum�nts and the provisions of any sta,ndard, speeification, manual, or the z�nstxuction of any Supplier (wheflier ar not specifically incorporated by reference in the Ganiract Documents}. 2, In case af discrepancies, figured dimensions shall govern over scaled diumensions, Plans sha11 ga�em over Specifications, Supplementary Conditions sha1l govern over General Conditions and Specifications, and quantities shown an the Plans shall gnvern over those shown in the proposal. 3.04 Amending and Supplernenting ContraetDocumerats A. The Cantract Dacumerats may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and canditions �ereof by a Change 4rder. B. The requirements of the Contract Dacuments may be supplemcnted, and minor variatinns and d�viations in tY�e VLlark not involving a change in Cantraci Price or Cfln�ract Tirne, may be authorized, by one or morre of the following ways; 1. A Field Order, 2. City's review of a�ubx�ttal (subject to the provisions o�Paragraph �, l. S.C); or 3. City's written inierpretatian ar clarification. 3,QS Reuse of Documents A. Coz�tractor and any Subcontractor or Supplier shall not: hav� or acquire any title to or ownership rights in any of the Drawin�s, Specification�, or other documents {or copies of any iherea� pre�ared by or bearing �he seal af Enginee�, zz�cluding electranic media editions; ar 2. reuse any such Drawings, Specifications, other documents, or co}�ies thereof on extansions of the P:raject or any oiher project without �vrit��n consent of Czty and specific written verificatian ar adaptation by Engineer. CITY OF FORT WQRTH ST AN6AItB CONS'f Ril C T]�D N SPEClF ICA T IQ N bOCUMEIVTB Revisivn: 8/23/2021 ao�aoa-� G�NERAL CON� IT 10 N S Page 1 1 af G3 B. The prohibi�ions o� tb.is Pa�•agraph 3.05 will suxwive final �aym�nt, ar tenx�.i�ation of the Con�ract. Nothing herezz� shall preclude Contraciar frozn retaining copies of the Contract Documents %r record purposes. 3.Q6 .Electronic Data A. Unless otherwise stated in the Supplementary Conditions, tlae data furnished by City ar Engineer to Contz�actor, or by Contractor ta City or Engineer, that may be relied upon are limited tn the printed copie� included in �he Con.tract Documents (also kz�.o�n as hard copiEs) and other Spec'rficaiions referenced and located on the City's on-line elect�onic document managenaent and collabaratian system site. Files in el�etronic rnedia format of tex�, data, grraphics, or other typ�s are fux-z�.�ished anly for tk�e cnnver�zence of the receiving party. An.y conclusion or information obtained or derived from such �l�ctronic files will be at the user's sale x-zsk. If there is a diserepancy between the electranic files �d the hard copies, the hard copie� govern. B. When txansferring docum�nts in electxozuc media format, the t�a,nsferring party maltes no representatians as ta long term compatibility, usability, ox readability of documents r�sulting from the use of softwa.re application. packages, operating sys�ems, or computer hardware differing from those used by the data's creator. ARTICLE 4— AVAn.,ASTLITY DF LANDS; SUBSURFACE AND YHY,SIC,AL CONDITIONS; �ZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS �.01 Availability of �,ands A. �ity sha11 f�nish the Site. City sha11 notify Contractor of any encumbrances or restrictions not of general applica�ian but specifical�y related to use of the Site with which Contractor rz�.ust comply in perfarming the Work. City wil� obtain. in a time�y rnanner and pay far easements for permara.ent structures or permanen� cl�anges in existing facilities. L The City has abtained or anticipate,s acquisition of andlar access ta r�ght-of-way, and/or easements. Any outstanding righi-of-way and/or eas�ments are anticipated to be acquired in accordanee with fi11e schedule set fa�th in the Supplerz�entary Conditions. The Project Schedule submitted by the Con�ractoz in accardance with the Contract Documents musi consider any outs�anding right-of-way, aand/or easements. 2. The City has or anticipa�es remavi�.g and/or re�ocating utilities, and obstructions tia the Site. Any ouistanding removal or relocation of utilities or obst�uctions is aniicipated in accordance with the schedule set forth in tk�e Supplementary Conditions. The Proj ect Sehadule submitte d by the Cor�tractor in accordance with ihe Con�ract Documents must cQnsider any outstanding utilities or obstructions to be removed, adjus�ed, and/or relocated by others. B. t]po� reasonable written request, City shaJ� fi�r�aish Contractor with a current statement of record legal �itle and 1ega1 description of the lands upon which the tiVorl� is to be perfarmed. C1TY OF FORT WORTH STANflAR]] CONST R U C 7' 10 N 5P�CIF IG A T[0 N �OC[1MGt+lTS Rev�sion: 8/23/24121 00 72 OU - I GEt�ERAL COND IT 10 N S Page 12 of 63 C. Contractor shall provide �or all additional lands arzd access thereto that may b� required for construction facilities or storage oimaterials and equipment. 4,02 Sub,sxarface andPhysical Canditians A. RepoYts and Drawings: The Supplemeniary Candition.s identi�y: 1. �hose reports l�own to City of explorations and t�sts o� subsurface conditions at or contiguous to the �ite; ax�d 2, those drawings �nown to City of physical conditians relating to exist�ng surface or subsurface structures ai the Si�e (except Underground Facilities}. B. Linzzied Reliance by Contractor on Tec�inical Data Autho�ized: Contractor may rely upo� the accuracy of the "technical data" contained in such reports and drawings, but such reports a.nd drawings are not Cflniract Documents. Such "technical data" is identified in the Supplenaenta �y Conditions. Contractar may nat make any Contxact Claim against City, or any af their officers, directors, �embers, partners, ernployees, agents, consultants, ar subcontractors wit�a respect to: 1. the connpleteness of such reports and drawi�gs for Coni�'actor's purpnses, including, hut not limited to, any aspects of the means, methods, techx�iques, sequences, and procedures o� co�struction to be employed by Contractar, an.d safety precautions and prograrns incident th�reto; or 2. ather data, int�xpretations, opinions, and information eontained in such reparts or shown or iridicated in such drawings; or any Contractor interpretatian o� or conclusion d�rawn �t'om any "taclinical data" ar any sucb other da�a, interpretatioms, opinions, or inforn�afion. �.03 DifferingSubsurface orPhysical Conditions A. Notice. If Contractar believes that any subsurfac� or pk�ysical c�ndiiion that is unco�vered or rev�aled either: 1_ is of such a natu�'e as to establish that any "technieaT data" on which Cont�actor is entitled to rely as pro�ided in �'aragraph 4.02 is materially inaccu�a��; or 2. is of such anatr�'e as ta require a change in the Contract Dacume�ts; or 3. di�'fers matezially from that shown ar indicated in the Contract Documents; ar 4. zs af an unusual n.ature, and difFers materially from canditians ardinarily encountered and generally recognized as inherent in work of the character �rovided foz- in the Contract Documents; CITY OF FORT WORTI-i STAHDAItDCdNSTAUCTION SPECIFICATION D.00Utv1ENT5 Revision: 812 312 0 2 1 oa�zoo-a G�NERAL CON� IT 10 N S Page l3 af 63 then Cor�tractor shall, promptiy aft�r becoming aware thereof and befbre fiirther disturbing tile subsurface ar physical conditiaz�s or perfarming any Worl� in connection therewith (except in axi emergency as required by Paragraph 6.17.A), notify City in writing about such conditian. B. Yossible PNzce c�nd Tirrae 14djusttnents Contractor shall not be entiiled to any adjustment in the Cont�ract Price or Contract Time if; 1. Contractor ]�new of the existence of suck� conditians at the time Caz�ixactor made a fina 1 coYnmitment to Czty wi� respect to Coniraci Price and Contract Time by the submission a� a Bid or becomiuig bound under a negoiiated contract; or 2. the axistence of s�ch conditron could xeasonably have been discovered or revealed as a result of t.�ie examinatian of the Caz�tz�act Doct�ments or the Site; ar 3. Contraetor failed to give tl�e wri�ten notice as reguired by Paragraph 4.03.A. 4.04 Unde�ground Facilities A. S'ho�vn o� Indicated: T�e in�ormatian and data shown ar indicated in the Contraci Documents wiih respect to existing Und�rground Faci�ities at or contiguous to the Site is based oz� infortna�ion and data furnished to City or Engineer by the owners of such Undergxound Facilities, inc�udi �g Ciiy, or by others. UnIess it is otherwise expressly provided in. fhe Supplementary �onditians: 1. City and Engi�neer shall not be responsible for the accuracy ar completeness of any such in%z-rnaiion ar data pro�ided by otY�ers; and 2. the cost a:f ali of the following vvi11 be included in the CQntract P�ice, and Contractor shall have full respansibility far: a. reviewing and checiczng alI sueh info�rnation and data; b. locating all Underground Faciiities shown o�r indicated in the Contraet Documaents; c. coordination and adjustment o� the WorZc with the owners of such Underground Facilities, including City, duri�g constructioz�; and d. the safety and protectian o� all such Underground Facilitxes and repairing any damage thereto resu�txng from tlae Worl�_ B. Not Shown or Indicuted • 1. If an LTndergz�ound Faciliiy which conflicts with the �Worlc is uncover�d or revealed at or contiguous to the Site which was not shnwn or indicated, or not s�o�vn or indicated with rea,�onable accuracy in the Contrac� Documents, Contracior shall, promptly after beca�aing awaxe thereo£ and before furth�r disturbing conditions affected tkaere�y nr perfarming any CiTY O�' FORT WC}RTH STANDARBCpNSTRUCTION SPECIFICATION DOCUMEN'I'S Revision: 8/23/2021 on �z oo - i GENERRL CONI] IT 10 N S Fage l4oFG3 Work in connection therewith (except in an emerg�ncy as r�quired by Para�raph 6.17.A), i.dentify tihe owner of such Und�r�rround Facility and gi�e notice to that owner and to City. City wi11 reviev� the discovered Undergraund Facility and determine th� exient, if any, to whieh a change may be required in th� Contract Documents to re�l�ct and docurr�ent th� consequences af the existence or locafiinn of the Undergraund Facility. Cantractor shall be respon.sible for the safety and pratection of such discovered Underground Facility. 2. If City eoncludes that a change in tk�e Coniract Documen.ts is required, a Change Order may be issued to reflect and document such consequences. 3. Veri� cation of existing utiliiies, structuxes, and service lines shail include notiiication �� all utility cozz�panies a minimum of 48 hours in� advance of consiruction including exploratory �xcavation if necessary. 4,d5 Refe�^ence Points A. City shall provide engrneering su�veys to e�tablish reference points for constxuc�ion, �vhich in City's judgxnent are necessaryto enable Contractnr io proceed with the Warl�. City will provide construction stakes or other customary method of rnarking to estab�ish line and grades for roadw�.y and utility construetian., centerlines and benck�x�arks for bridgework. Contractor s�all �arotact and presezve the establish�d reference points and property monum�nts, and shall mal�e no changes or reloca�ions. Co�►tractor shall re�ort to City whenever any re�erence point ar property monumen.t is lost or destroyed or requixes r�locatioza �ecause of �ecessary changes in g�cades ar Ioca�ions. The City shail be responsible for the replacement or relocatian of reference points or property monuments not carelessly or willfully destroyed by the Contx-actor. The Cantractor sha11 notify City in advance and with suffrcient time to a�oid delays. B, Whenever, in the opinion of tha City, any reference paint or monument ha� been carelessly or willfully dest�oyed, disturbed, or removed by �he Contractor or any of hi5 employees, the full cost foz replacing such poinis plus 25°/a wzll be charged against the Contractor, and ihe fu�l amount will be deducied fror�a payment due the Contractor. 4.06 Hazardaus Environmental Condition at Site A. Repo�ts and D�awir�gs: The Supplementary Conditions ide�tify those reports and drawings lcnnwn to City relating to Hazardous Enviranrnental Canditions that have been identified at the Site. B. Limiisd Re2iance by Contracto� on Technical Data Authorized: Contractor may rely upon ihe accuracy of the "technical data" contained in sucla reports and drawings, but such reparts and drawin�;s are not Contraci Documents. Such "�echnical data" is idantified in �he Supplementa ry Conditions. Cont�actar may not mal�e any Contrac� C1aim against City, or a.ny of their officers, directors, znembers, parCners, enaployees, agents, consu�tants, or subcantractors with respect io: the compleien.ess of such reports ax�d drawings for Confaractor's purposes, including, but not limi��d to, any aspects of the rxaeans, meti�ods, iechniqu�s, sequences and pxocedures of C1Ti X OF FORT WQRTH STANDARDCONSTRUCT101� SPECIPICATIqN DOCUMENTS Rcvision: 8123l2021 O.D 72 DU - I GEN�RAL COND !T 10 N S Page l 5 of 63 constr�ctzon to be employed by Contr•actor and safety �recautions aa�d programs incident thereto; or 2. otJ�er data, interpretations, opinions and information contained in such xeports or shawn ar indicated in such drawings; or 3. any Contractar interpretatzon of or conclusion drawn froz� any "technical data" oz- any such oiher data, interpreta�io� s, opinzons or in%rmation. C. Contractor shall nat be responsible for any Hazardous En�ironmental Condition uncovered ox r�vealed at the Site which was not shown or indicated in Drawings or Specif cations or identi�e d in the Contract Documents io be within. the sco�e o£the Work. Contractar shall be responsible far a Hazaidous Envir�nm�ntal Conditian created with any materials braughi to the Site by Contractor, Subcontractors, Suppliers, or anyon.e else for whom Contraetor is respansible. D, If Contractor encounters a Hazat�dous Environmental Condition or if Gontractor or a.nyone for whom Contractor is responsible creates a Hazardous Envzxonlnental Condition, Contractor shall immediately: (i) secure or otharwiise isolate such candition; (ii} stop alI Work in caz�ection �ritk� such candition and in any area affected thereby (except in an ern�rgezzcy as requi,red by Paragraph 6.17.A); and (iii} notify City (and promptly iherea�er confirm such notice in writing). Ciry may �onside� t�ie necessity to retair� a qualified �xpert to evaluate such condition or talte corrective actio�, if any. E. ContractQr shali �oi be required to xesume Worl� in canr�ectian with such condition or in any affected az�ea until aftex City has obtained any requi�ed permits reIated t}.�ereto and c�elivered written natice to Contractor: (i) specifying that such condition and any affected area is or has been rerzdered suitable for the resumptior� of Work; or (ii} specifying az�y special conditions under whic h such Worlc may be restuned. F. If after receipt oi such writ�en nofice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does nnt agree to resume such Worlc under such special conditions, then City may order the portion oftk�e Wor1� that is in the area affected by such condition to be deleted from the Worlc. City may have such deleted partion af the Work perfa�ed by City's own foxces or others. G. To the fullest extent permi�te� by Laws a�ad Regulalion,s, Contr�actar shall inz�emn� and hold harmless City, fronz and against all claims, costs, losses, and darnages (includzng but noi limi�ed ta all fee,s and eharges of engineers, architects, attoYneys, and other professio�tals and all cou�i o� arbitraiion aN ot�ie�^ dispuie resolr�tion casts) a�-ising �act of or relating tn a Hazardous Environmental Condition c�eated by Cantractoror by anyonefor-whom Contracto� is responsible. Nothin� in this Parag�aph 4. 06. G shall abligate Contractar to indertanify a�y indzvid�t�l o� entity from and agairast the consequences af thai individual's or entity's owra negZigence. H. The provisions of Paragraphs 4.02, 4.03, and 4.�4 do not apply to a Hazardous Environz�.ental Condition uncovered or revealed at the Sifie. CITY OF FORT' WORTH �TAI�I[]ARDCOI�lSiRUCT[ON SPECIFICATION �OCUMEI�T3 Revision; 8/23/2Q21 0072OQ-I GEKERAL COND IT 10 �! S Page 16aPb3 ARTICLE 5--� BONDS AND INSiIRANCE 5.01 Licensed Su�eties an� In,sure�s All bonds and insurance required by the Contract Dacuments ta be pu�chased and maintained by Cont�'actox s1�all be obtained from surety or insurance cornpanies that are duly licensed or authorize d in the State of Texas to issue bonds or insuranee policies far the limits and coverages so required. �uch surety and insurance companies shall also meet such additional requirements and qualificaiions as may be provided in the Supplenaentary Conditions. 5,02 Perfor�raance, Payrnent, and 1Vlaintenance Bonds A. Contractor shall furnish performanca and payment bonds, in accardance with Texas Government Code Chapter 2253 ar successor statute, each in an amount equal ta the Contract Price as security for tbe faithful performance and payment of a11 of Contractar's obligations under the Con�ract Docuz�aents. B. Contractor sball fiirnish mainten�ance bonds ir1 an amowlt equal to the Gontract Price as �ecurity tp protec� tl�e City again�t any defects in any portion. of the Worl� described in the Contr'aci Documents. Maintenance bonds shall remain in effect for �wo (2) years after the date af Final Acceptar�..ce by tlle City. C. All bonds shall be in ihe form prescribed by the Co��ract Documents except as provided otheztivise by Laws or Regulaiions, and sha11 be executed by such sureties as are nazxxed in the list of "Carnpanies Holding Certificates af Authority as Acceptable Su�reties on F�deral Bonds and as Aceeptable Reinsuring Companies" as publzshed in Circular 570 {amended) by the Financia 1 Managem.ent Service, Su.rety Bond Branch, U.S. �]epartme�i of the Treasury. All bands signed by an agent or attorn��y-in-fact must be accompanied by a sealed and dat�d power of aitorney which shall show tk�at it is effective on the date the agent or attorney-in-fact signed each bond. D. If the sureiy on any Y�ond furnished by Contx�actor is declared bankrupt ar becomes insolvant or its rigbt to do business is tezYninated in the State of Texas car it ceases to meet the requirements of Paragrapia 5.02.C, Contractor s�.all pronn�atly notify City and shall, within 3a days af�er the event giving rise to such notification, provide anoth�r bond and sur�ty, botli of which shall cornply wiih therequirements ofParagraphs 5,D1 an.d 5.02.C. 5.03 Certi�cates af fnsurance Gontxactor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Co�ditions, certificates of in�urance (other evidence of insurance requested by City or any other additinnal insured} in at Ieast the minimum amount as specified in the Supplementary Con.ditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shaJl docum.ent the City, an.d all identified entities named in t31e Supplementary Conditio�s as "Additional Znsur�d" on all liability policies. CiTY OF FORT WOIZTH STANI]ARD CONST Ri] C T IQ N SPECIF ICA T 10 N DOCUMENTS Revision: 8/23/2021 Op720Q-1 GENERAI. COND IT 10 N S Page [ 7 oF 63 2. The Contxacior's generalliabiIity insut�ance sha1l include a, "per project" or "per locatinn" , endorsement, which s�all be iden�ified in the certificate of insurance providcd io the City. 3. The certificate shall be signed by an ag�nt authorized to bind coverage on behalf of fihe insu�e d, be complete in its entirety, and show cvmpl�te insuranc� carriar naznes as lzs�ed in the curreni A.M. Best Prop�riy & Casualty Guide 4. The insurers far aIl policies must be Iicensed and/or approved to do business in the State of Texas. Except for worlcers' compensation, alI ixzsurers zx�ust have a minzrnum rating of A-: VII in the ct�ent A. M. Best Key Rating Guide or have rea,sonably eyuivalent financia 1 strength and solvency to tlae satis�action of Risk Ma.nagement. If the rating is below tI�at required, written appro�al of City is required. 5. AlI applicable policies shall includ.e a Waiver of �ub�ogation (Rigk�ts of Recovery) in favar nf the City, In addition, the Con�ractor agrees to waive all righ�s of subragation againsi the Engin�cr {if applicable), and each additional insured ident�fied in the Suppleme�tary Canditions 6. Failure of the City to demand snch certificates or o�hex evidence of full complianc� with the in.slarance rec�uirenaents ox faiZure of the Czty to identify a de�ciency fronn �viden.ce that is pro�rided shaIl not be consirued as a waiver of Con�•actor's obiigatior� to maintain such line s of insurance coverage. 7. If insurance polzcies are not written for specified co�verage limits, an Umbre��a or Excess Liability insurance �or any differences is requixed. Excess Liability shall follow form of th� pximary coverage. 8. Unless other�vise s�ated, all required insurance shaIl be written on the "occurrence basis". If cov�r�ge is underwritfien on a c�aims-made basis, t�he retroaetive dai� shall �e coincident with or pxior to the dat� af ihe �ffective c3ate ofthe agreement and the certi�cat� a�insurar�ce shal� state that tk�e coverage is claims�made a.rzd the r�iroaciive dat�. The insurance coverage shalI be rnaintained far the duratiox� af f.l�e Contract and for three {3) years following Fina 1 Acceptance provided ur�der il�e Contract Documents or for th� warranty period, whiehe�er is longer. An annual certificate of insuraz�ce submitted to the City shall evidence such in.surance coverage. 9. Policies shall have no exclusions by endorse�nents, which, z�eith�r nullify or amend, the required lines of cqverage, nor decrease the Iimits of said coverage unless snch endorsennents are approved in writing by the City_ In ilse event a Cantract has be�n bid or executed and the e�c�usi�ns are deterxnined to be unacceptable or the City de�sires additional ix�s�arance coverage, and the City desires the contraciar/engineer to obtain such cot�erage, tk�e contract price shall be adjusted by th� cost of �ie premiu�xi for such additianal caverage plus 10%. 1�. Any self-insured retention (SIR), in excess of $25,OOO.dO, affecting requzred insurance coverage shall ba approved by the City in regards to asset value and stockholders' equity. In C�1'X OF FORT' WORTH STANUARDCONSTRUCTION SPBCIFICA'CION ➢OCUMENTS Revision: 8/231202 I oa �z ao - � GENEFtAL COND 1710 N S Paga 18 of 63 lieu oi traditional insurance, alternaii�e cnverage rnaintai�ed through insurance poals or risk r�tention grou�s, must also be approved by City. 11. Any deductible in excess of $5,aao.00, for any palicy that do�s not provide coverage on. a frst-dollar basis, must be acceptable ta and approved by the City. 12. City, at its sole discretian, rese�rves the right to review the insurance requirements and to ma1{e reasonable ad�u�tments to insurance coverage's and their limits when deemed n.ecessary and prudent by ille City based upon changes in statutory la�v, caurt decision or �iie claims history o�r the induslry as well as of the con1�'acting party to the City. The City shall be required io �rovide prior notice of 90 days, and the insurance adjustments �hall be incorporated into the Worlc by Change Order. 13. Ciiy sha11 be entiiled, upon written xequest and without expense, ta rec�i�e capies of �olici� s and endorsements thereto and may make any reasanab�e requests far deletion or reaision or modifications of particular poiicy terms, conditions, limitations, or exclusions necessary to conform the poliey and endarsemenis to tl�e requiremenis of the Contract. Deletions, YEV1510175, or modifications shall not be required where palicy �rovisions are established �y law Qr regulations binding upon either party or the underwrite� on any such policies. 14. City shall not be responsible for the direct payment af insurance premiunr� costs for Gontzactor's insurance. 5.04 Cont�actor's Insurance A. Work ers Conapensation and Employe�s' Lial�ility. Cantractor shall purchase and rxzaintain such in.surance caverag� with limits cansistent with statut�ry benefits outlined in the Te�caS �Varkers' Cnmpensation Act (Te�as Labor Cade, Ch. 446, as amended), and minimum limit5 for Enapioyers' Liability as is ap�ropriate far the Work being performed and as will provide protectian from claims set forth belovv which may arise �ut of or result frona Coni�actor's performance of tbe Work and Contractor's other obligations under the ��ntract Documents, whe�her ii is to be perfo�ed by Cantractor, a.ny Subcontractor ar Supplier, ar by anyone directly or indirectly employed by any of them to perform an.y of the Warlc, or by an�one �or whase acts any of �hezn may be �iable: 1. claims under workers' compensation, disabi�ity beneizts, and ather sirnilar employee ben�fit acts; 2. clainas for danaages because of bodily injury, occupational sickness or disease, or deatih. of Contxactor's ernployees. B. Cammercirxl Gene�al Liability. Coverage shall include but not be Iimrted to covering liability (bodily injury or praperty damage) arising from: premisesloperations, independent contractors, producislcompleted operations, personal injury, and liabilityunder an insured contract. Insurance shall beprovided on an occurrence basis, and as compr�hensive as the current Insuran.ce Scr�ices Office (ISO} policy. This insurance shall apply as primary insurance with respect to any other CI'T'Y OF FQIZ'T Vs'ORTH 3TANDARD CONST R U C T 1� N SPECTF [CA T IO N DOCUMENTS Revision: 8/2312�21 007200-I GENERAI. CON� ITI01� 5 Page 19 of 63 insuran.ce or sel� insurance programs aff'orded to the City. The Comnaercial General Lia�iliiy poliey, shall hav� no exclusions by endors�ments that vcrould alter of nullify premises/operations, pzoducts/completed operations, contracival, personal injury, or advertising injury, which are normally cantained with the policy, unless ihe City approves such exclusions in writing. For consiaruction projects that present a substantiaZ com�l�ted operation exposure, the City may require the co�tz�actor to maintain campleted operatio�s caverage for a rninimum ofno less than ihree (3) year� following the completion o� the projeet {if zdentified in the Sup�lementa ry Conditions). C. Automobile Liability. A comm�rcial business auto policy shall provide covera�e on "any auto", defvaed as autos owned, hired and non-owned and prnvide indernnity for claims for daxx�.ages beeause bodily injury or death of any p�rson and or property damage arising out of the wnrlc, maintenance ar use of azxy motnr vehicle by the Contractflr, any Subcont�-actor or Supplier, or iay anyane directly or indirectily eznplQyed by an.y of them ta perfarm any of the �Vazk, or by anyone for whose acts any of tkzem may be liable. D. Railroad Protective Liability. If any of the warlc or any wanranty worlc is within the limits Qf railroad right-of-way, the Cantxactor shall comply with the req�irexnents identi�ed in the Supplementary Canditions. E. lb'otifcation ofPolicy Car��elZation: Contrac�orshall immediately notify City u�on cancellatinn or other loss of insurance co�u�rage. Contractar shall stop worlc unti� repiacement insuz�ance has been procured. There shall be no tirr�e credit for days not worlced pursuant to this section. 5.05 Accep�an�e afBonds arad Insurance; Option �o Replace If City has any objecfiion to the coverage af£orded by or o�her provisions of the bonds or insurance �equired to be purchased and maintained by the Contractax in accord�xa.ee with Article 5 on the basis a.f non-canformance with �he Coniract Documen�s, fihe City shaIi so noiify the Contractor in writing within 10 Business Days after receipt of the certificates (ar other evidence requested). Contxactar shall pro�ide to th� Czty such additionai information in respect of insurance provided as the CiYy may reasonab�y request. If Co�tractar daes not purchase or maintain all of the bonds and in�urance required by the Coniract Documents, fihe City shall notify the Contractor in writing of sueh �'azlure priar to th� stari of the Work, or of snch failure to �aintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBZLYTTES 6.01 Sup�rvision and S�perinte�adence A. Caniractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attentioz� thereto and applying such sl�ills and experiise as may be necessa�ry to perforz�n the Work in accordanca vc�ith the Contract Documents, Contractor shall be solely respoz�sible for tk�e means, methods, techniques, sequences, ax�d proceduz-es of construction. CITY OP F(JRT WORTH STANDARD CONST R U CT [0 N SP�CIF ICA T IQ N DOC[1MENTS R�visio�a: 8/23/2021 0a 72 00 -1 GENERAI. COND IT l0 N 5 Page 20 af 63 B. At alI times during the progress of the Worlc, Cantractor shall assign a com�etent, English- spealung, Supexi.x�.tendent who slaall not be replaced without vvritten notice to City. The Superintende�t will be Contractor's representati�e a� the Site and shall have authority to act on behalf of Contractor. Al1 communicatio� given to ar received fror�a thc Suparintendent shall be binding on Contractar. C. Contracfior shall notify the City 24 hours pr�or to moving areas during the sequence of consf�uction. 6.02 Labar; Worldng Haurs A. Contxac�or shall prQvide competent, suitahly qualified personnel to perform construction as required by the Contract Docurr�ents. Contractor shall at alI times rnaintain good disczpline and order at the Srte. B. Except as otherwise required for �e sa�ety or pxotection of persons or the Work ar property ai the �ite Qr adjacent thereto, and except as athervaise stated in the Contract Dacuments, all Work at the Site shall be perfornaed during Regulaz' Working Houzs. Contractor will not permit th.e performance of Work beyond Regular Workiulg Hours or for W�ekend Working Hours without City's written consent (which will n�t be unreasanably withheld). Written requesfi {l�y letter or elec�ronic communicatian} to perforrz� ��rle: 1. for beyond Regular Worki.ng Hours request �ust be made by nann at least two (2) Business Days priar 2. �or W�ekend Worl�ing Hours request must be made by �oon o#�the preceding Thursday 3. �or legal hoiidays request Tnust b� made by na�n two Business Days prior to the legal holiday. 6.a3 Ser�vices, Materials, and Equipment A. Unl�ss otherwise spccified in the Contract Docum�nts, Contractor shall provide and assume full respansibility for all services, materials, equipn�ent, labor, �'anspartatian, canstruction equipme nt and mack�in�ry, tools, appliances, fuel, pawer, iight, heat, tclephone, watez', sanitary faeilitie s, temporary facilities, and a� other facilities and incidentals r�ec�ssary for the perfarmance, Contx`actor rec�uired testing, start-up, and cqmpletion o� the Work. B. All tx�.aterial5 and equipment incorporated into the Work shall be as specifi�d or, if nat specified, shall be af good quality and new, except as otherwise provided in tk�e Contract Docuznents. AIl special warraniies and guarantees required by �he Specifications shall expressly run to the beneff af City. Lf required by Ci�y, Coniraetor sha11 fiirnish satisfactozy e�idence (including reports of required tests) as to the saurce, kind, and quality of mate-rials and equipment. CITY OF FORT WQRTH STANI7ARD CONSTRU CTIO N SP�CEF ICA T ION DQCUMENTS Revision: $/2312021 OD7200-1 GENERRL COND IT 10 N S Page 21 af 53 C. All mate.rials and equipment to be incarporated into the Work shall be stored, app�ied, installe d, connected, erect�d, protected, used, cleaned, a�d conditianed zn accardance witta instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be inco�orated in�o th� Worlc shall be tk�e latest model at the time of bid, unless o�herwise specified. 6.04 Praject Schedule A. Contractor shall adhere to the Project Schedul� estiabiished in accordance with Paxagraph 2.07 and the General Requirements as it may be ad�usted frozx� time to time as provided below. I. Gantractor shaIl submit to City for acceptance (to �e extent indica#ed in Paragraph 2.07 and the Gen�zal Requir�ments} proposed adjusYments in the Project Schedule that will not result in changing ihe Contract Time. Such adjusi7nents wiIl cozx�ply wi� any pxovisions of the Ge�eral Requirements applicable thereto. 2. Contractor sliall submit to City a monthly Project Schedule wrth ��on.thly progr�ss payment �ar the duration of the Contract in accardas�ce with the schedule specification O1 32 16. 3. Proposed adjustments in the Project Schedule that vc�i1l change the Contxact Time shall be subzza.itted in aceorda.�ce with th� requxxeInents of Article 12. Adjustme�ts in Cont7ract Tirxze may only be made by a Change Order. 6.05 Substitu�es and "Or-Equals " A. Whenever an item of rnaterial or equipzx�ent is specified or described in the Contract Dacuments by using the nazne of a proprietary item or the name of a par�icular Supplier, the specif catio�z or description is iniended to establish tr�e type, function, appearance, and quality required. LTnless the specif cation oz desc�iptinn contains or is folZowed by words reading tilat na 1i�{e, equivalent, or "or-�qua1" item or no substitution is perrniited, other items of mat��ial or equipment of otlner Suppliers may b� sub�nn.itted to City �'ar �eview under the circumstances described below. "Or ��uul"Items: If in City's sale discretion an itezn of r�aterial or equiprnent propo�ed by Contractor is functionally equal to that named and sufficie�tly similar so that no c�iange in relaied Work will be required, it may be conside�ed by Ciiy as a� "or-equal" item, in which case reviaw a.�d a�praval o�the proposed item may, in City's sole discretion, be acco�plishe d without eompliance wifil� some or all of tl�e requirements for approval of proposed substit�te items. For the purposes of thxs 1'aragraph C.OS.A.1, a propased item of material or equipm�nt wiIl be considered functionally equal to an item so named if: a. �he City determines that: 1} it is at least equal in mat�rials of constructian, quality, c�urability, appearance, strength, and design characteristics; C3TY OF FORT WORTH STANDARD CONS1' RU CT IO N SPECIF ICA T 10 N �OCUMENTS Revision: 8/2312p2J oo�zoo-� GENERAL COND IT 10 N S Page 22 af G3 2) it vvill reliably perform at Ieast equally well tbe fixnction and acl�ieve the results irn.pasedby the design concept ofth.e completed Pro3ect as a functioning whoXe; and 3) it has a proven recard of perfoz�manee and availabiliry af responsive ser�ice; and b. Contractor certifies �hat, if approved and incorporated into the Work: 1) there will be no increase in cost to t�e Gity or increase in Contract Tzme; and 2) it will canfort�. substantially to the detailed requirem�nts of the item named in t�e Contract Documents. 2. Substit�te Items: a. If in City's sole disczetion an item o£material or equipmeni propo�ed by Contractor does not quaIify as an "or-�qual" itiem under Paragraph 6.OS.A.I, it rnay be submit�ed as a proposed substitute item. b. Contractor sha11 submit suf�icient information as provided below to allaw City to determine ifthe item of material or equipment proposed is �ssentially equivalent to that z�arnsd and an acceptable substitute therefoz. Requests for revierry of proposed substituie items of material or equipm.ez�t will nat be accepted by City frorn at�yone other than Contractor. c. Contractar sh.all make written applica�ion to City for re�iew af a proposed substitut� item o� ma�erial or equipm�nt that Contractar seeks ta furnish or use. The application shall comply with �ection OJ. 25 00 and: i) shal l certify that ih.e pr�posed substitute item will: a} pe�or� adequately the functians and achieve �he zesults called for bythe general design; b) be similar in substance to that specified; c) be suited to the sanae use as that specified; and 2) wi11 stafie: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractar's achieveme�t of �nal completiion on time; b) whe�er use of the proposed substitute item i� the Worl� will require a change in any of the Contract Documents (or in the provisians �f any other direet contr'aci with City for other work an tk�e Praject) to adapt the design to the propose d subst�tute itern; CI'CY O�' F�RT WORTH STAN[]A1ZD CONS'f RU CT IO N SPEC IF ICA T IO N llOCUMEI�'CS ]tevision: 8/23/2021 oa�zao-� GEN�ftAL COND Il' 10 N S Page 23 af 63 c} wh�ther incorporatifln nr use of the proposed substituie item i� ca�nection with the Work is subject to payment of any Iicense fee or royalty; ar�d 3) will identify: a) a11 variations af tb.e proposed substi�,ite item from that specified; b) availalaXe engineering, sales, maintenance, repair, and xeplacemer�t services; and 4) shall contain an itemized estimate of all costs or creclits �Iiat �vill result directly ox i�directly from use o� such substitute it�m, including costs of redesign and Damage Claims of ather contractors affected by any resultin� change. B. Substitute Cons��ruction Methods a�Procedures; If a specific means, method, technique, sequence, or proced�rre af construct'ron is expressly req�ired by the Contract Docuzxzenis, Cont�ac�ar rn.ay furnish ox utilize a substiiute means, method, technique, sequence, or procedure of const�uction appxoved by City. Cpntxactoi• sha11 submit sufficie�i infor�aation to allovv City, zn City's sole discretion, to deiermine t.�aat the substitute proposed is equi�alez�t to thai expressly called for by ihe Contract Documents. Contractor shall ma1�e written application to Ci�y �or review in the same manner as t}�ose provided in Parag.raph 6.OS.A.2. C. City's Eval�cation: City will be a�lowed a reasonable time within �rhich to eval�ate each proposal or submittal made pursuanC to Paragraphs B.OS.A and 6.OS.B. City may r�quire Con�ractor to furr�.ish additional data about �e prapased subst'riute. City will be th� sa�e judge of acceptability. No "or- equal" or substitute wzll be ordered, inst�lled or utilized until City's revi�w is cozxiplete , whzch wi11 be evidenced by a Change Qrder iz� the case of a substitute an� an accepted Submitta 1�or an "or-equal." City wi11 advise Contr�.ctor in vc�riting of its determinaiiozx. D. Spe�cial Gr�arrxraiee: City may �•equire Contractor to furnish at Cnntractor's expense a special pe�Formar�ce guarante�, war�ranty, or other surety with respect ta any substitute. Contractor� shr�ll indemnify and hald harmless City and anyane diYeci2y or indi�ecily empl'ayed by them f�om c�nd against any and all claim.s, damages, losse.s ai�d expenses (includitag atto�^neys fees) arising o�ai o, f' the use af subsiituted mate�i�ls or� ec�uipme�at. E. City's CastReimbursern�nt: City wxl� record City's casts in evaluating a substiiute �rop�sed or submitted by Contractor pursuant io Para.graphs S.OS.A.2 and �.OS.B. Whe�Yier ox not City approves a substitute so proposed or submitted hy Contraetor, Contractox may be rec�uired to reimbuxse City for e�valuating each such proposed substitute. Cantractor may also be requi�•ed to r�imbuxse City for �e charges f�r mal�ing changes in the Con�i�act Documents {or in the provisions of any other direct contract with City) resuli�ng from the acceptance af each pro�osed substitute. F. Cont�actor s� Expense: Contractor shall pxovide alI data in suppor� of any prppased substitute or "ar-equal" a1; Contractox's expense. CIT�( OF FORT WOATH STANDARDCONSTRUCTION SPECIFICATION DQCiIM8I�T5 Re�ision: 8/23/2021 00720U-i GENERAI. C0�lD IT 10 N 5 Page 24 of G3 , 1. G. City Substi�ute Rezmbursement:Costs (savings or charges) attributable to acceptance of a subsnt�te shall be i�co�arated to the Contract by Change Order. H. Time Extensions: No additional time will be graz�ted for substit�rtions. Concerning Subcantractars, ,S'�appliers, and Others A. Contracior shall perform with bis awn organizaiion, wark of a value not less than 35% of the �alue emhraced on the Contract, ur�less atherwise approved by the City. B. Contractor shall not enra�lay any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against wham City may ha�e ze�sonable obj ection. Contractar shall not be requiz'ed to �mploy any Su�cantractor, Supplier, az� aiher individual oz� entity to futnish or perform any of fi:�e Worlc againsi wham Contractor bas reasonable obj�etion {excludin.g thase acceptable t� City as indicated in Paragraph 6.06.C). C. The City may fram time to time require the use of eertaiz� Subcontractors, Suppliers, or other indi�idua ls or �ntities nn the project, and will pxavide suc� requirements in the Supplementa zy Conditians. D. Minor�ity Business Enterp�ise Compliance: It is Czty policy to ensure tk�e fnll and equitable parrticipation by Minority Business Enterprises (�IBE) xn the procurement of goods a.nd services on a contractual basis. Lf the Contract Documents provide for a MBE goal, Cant�actor is required to comply with the in�ent of the City's MBE Ordinance (as az�ended) by the following; 1. Contractor shal�l, upon request by City, provida complete and accurate infornaatian regardin� actual work perfornzed by a MBE an the Contract a�d payment therefor. 2. Contractor wiil not make additions, d�Ietions, or substitutions of acce}�ted MBE withaut wz�itten consent of the Ciry. Any unjustified change or deletion sk�a�l be a material breach af Contract a�d may result iz� debarment in accarda�ce with the procedures outlined in the O�dinance. Contractar shall, upon request by City, allow a.n. audit ax�d/ar examination c�f any books, records, or files in the poss�ssion flf the Contractor that will substantiate the actual worlc performed by an MBE, Material zx�isrepresentation of any nature wi11 be grounds for teimination o£ the Contract in accordance with Paragraph 15.02.A. An.y such misrepresentation may be grounds �or disqualification af Contractor to bid on future contracts wi� the City for a period of not less than three years. E. Contractor shall be fuIly r�spomsible to City for all acts and omissions o� the Subcantractors, Suppliers, and otYae:r inclividuals or enti�ies per�ortning or furnishing any of the Wark just as Contractor is responsible for Contractor's a�rn acts and omisszons_ Nothing in t�ae Conhract Documents: C1T'Y OP FORT WQRTH STA�DAAD CONSTR U C T 10 N SPEC [F 1CA T i0 N DOClJMEN`I'S Revision: 8/23/2021 OD7200-1 GENERAL CdND IT �Q �! S Page 25 of 63 1. shall create for the bene�t of any su�h Subcqnt�acior, Supplier, or atkaer individual or entity at�y conf�actual relations�zp b�t�een C�ty and any such Subcontractor, Supplier or other individual nr entity� T1DI' 2. shall create any ablzgation on the part �f City to pay or to se� to the payment af any mnneys due any such �ubct�niractor, Supplier, or other individual or entity �xcept as may otherwis� b� required 6y Laws and Regulations. F, Contractar shall be soleIy responsible for scheduling a�d coordinating the Worl{ of Subcantractors, Suppliers, and ofl�er individua ls or entities p�r�'orming or fiu�shing any of the Work under a direct or indirect contract wiih Cantractor. G. All Subcontractars, SuppIiers, and such other individuals or entities per#`orming or furnishing a.ny of the Work sk�a�l communicate with Ci�y through Contractor. H. AIl Work performed �or Coni�actor by a Subcontractor or SuppTier wili be pursuant t� an appropriat� agreement beiween Contractor azad the Subcontractor or SuppIier which specifically bands the Subcontractor or Supplier to the applicable terms and canditians of the Contrac� Documents for the ben.efit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage R�tes. The Cantractor sha1l comply vaith al1 requirements o� Chapter 2258, Texas Governrn�nt Code (as amended), including the payment of not less tha.n the rates determined by the City Council of the City of Fort Worth ta be the prevailin.g wage rates in accordance with Chapter 2258. Such prerrailing wage rates ar� included iu ihese Contract Documents. B. Penalty fo� Violation. A Coni�actor or any Subcontractar wk�o does not �ay f.he prevailing wage shall, upon d�mand made by the City, pay to the City $b0 for each wor�er ennployed for each calendar day or part of the day that the worlcer is paad less than th� pr�vailin.g wage rates stipulatad in these eontract dacuments. This penalty sk�all be retained by the City to offsei its administx-ative costs, pursuant to Texas Governnlent Cade 2258.023. C. Goraaplrzints af �iolatrons and City Determinatiara of Good Cause. On receipt af informatifln, including a camplaint by a worl�er, concerning an alleged �ialation of 2258.023, Texas Government C�de, by a Contractor or Subcontractor, the City sha1l malce an initia 1 determinatzo�, before the 31 st day a�ter the date the City receives the information, as to whether good cause exist,� to believe Y,�at the vialatian occurred. The City shall notify in writzng the Cont�actor or Subcontractor and any affecied worl{er af its in itial determination. Upon th� City's determination that there is good cause ta believe the Contractor or Subcantractnr has violate d Chapier 2255, the City shall retain fi.�e fi�ll arnounts claimed by khe claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such aznounts being subtracted from successi�e progress payments pending a final detex�ination of tlle violation. CITY OF F012T WORTF] STAN�,4RDCONSTRIICT[ON SPEC[FICA?'ION DOCUM�NTS Re�ision: 8123l2021 00 �z oa - � G�NERAL COND I710 N S Page 26 aP G3 D. A�biiration Izeq�ired if Violation Nat Res�olved. An issue relating to an alleged violation of Section 2258.�23, Texas Government Code, including a penaliy owed io the City or an a�fected worker, shall be submitted to binding arbitratian in accordance with the Texas Genexal.Arbitration Acf (Article 22� et sec�., Revised Statutes} if the Contractor or Subconfiractor and any affecfied worlcer does not resolve tl�e issue by agreem�nt before the 15th day after the date the City ma��es its initia 1 determinaCion pursuan.t ta Paragraph C abo�e. If the persons required to arbiixate under this section do not agre� on an arbitrator before the 11th day after the date that arbitration is xequired, a district court shall appoint an arbiirat�r oz� the petition of any of the pe��o�s. The City is not a party in the arbi�ration. T1ae decision a.nd award of the arbitrator is final and bindi:�g on aIl parties and may be enforced in any court of corx�.petent jurisdictzon. E. Reeords io be Maintairaed. The Contractar and each Subca��'actor shall, for a period af three {3) years following the date af acceptance o�the work, mainta�n records that shaw (i) tk�e narne and occupation of each w�rker employed by the Contractor in the coz�si�nxction of the Work provide d for in �.is Contract; and (ii) the actual per diem wages paid to each worker. The reeords sha11 be open at all reasonabi� hours for inspection by the City. The provisions of Paragraph b.23, Right to Audit, shall pertaiz� �o this inspeetion. F. Prog�ess Payrnerats. With each progress payrnent ar payroll pexiod, whiehever is le�s, the Contractor sha[I submit an a�fida�it stating that the Coniractor has camplied �`ith the requirements of Chapter 225$, Texas Govex�ent Code. G. Pasting of Wage Rates. The Contr�.ctor shali pnst prevailing wage rates in. a conspicuous place at a11 times. H. Subcoratractor Compliance. The Con�ractor shall include in its subcontracts andJar shall otherwise require aIl of i�s Subcontxactars to comply with Paragraphs A through G above. 6.08 Patent Fees anc� Roy�lties A. Con.t�ractor shall pay aIi license fees and royaliies and assume all cos�s incident ta the use in tk�e p�rformance of th� Work or the incorporatian in the Wo�'lc of any ineention, design, process, product, ar devic� which is the subject of patent righis or capyrights held by others. IF a particula r inven�ion, design, process, product, or device is specified iri the Cnntract Documents far use in the performance ofihe Work and if, to ihe act�al knowl�dge of City, its use is sub3eci to patent rights or co�yrighis calling for the payment of any license fee or royalty to others, the �xistence o� such rights shall be disclosed by City in the Contract Documen�s. Failure of the City to disclose such information does not relieve the Confractor from its obligations to pay for the use of said �ees or royalties to o�hers. B. To the fullest e�tent per�nitted by Laws and Regulations, Cont�acto� shall indemn� and hald harmless City, frona and against ail claims, cost�, losses, and darraages (including but nat li�nited to all fees and cha�ges of engineers, ar�chitecis, r�ttorneys, and other professionals and all court or arbitration or othe� dispute Yesolution costs) arising out of or relating ta any inf�ingement of patent t-ights or copyrights incideni to the use in the perfarmanee of the Work or resultingfrom CITYDFFORT WORTH STANpARD CONST RU CT IO N SPECIF IC A T[b N DOCUMEE�iTS Revision: 8/23/202 i 00 72 00 - l G�NERAL CaN� 1T 101� S Page 27 of 63 �he incorpo�atian in the Wark of any znveniian, design, �rocess, pt-oduet, or device noi specified in lhe Contract Doctcments. 6.�9 Permits and Utilities A. ContYactor obtained per�,nits and licenses. Contractox shall obtain and pay for all cansiz�uction permits and licenses except those provided �oz in the Supplementary Conditia�s or Coniract Dacuments. Ciry shall assis� Cdntractor, when necessary, in obtainang such permits and Iic�nses. Contractar shall pay aIl govez-�rimental charges and inspection fees necessaxy far �e prosecution af the Work which are applicabie at ihe time of opening of Sids, or, if there a�re no Bids, nn the Effective Date of the Agreement, except for �e�nrts provided by the City as specified in f�.09.B. City sha11 pay all charges of utility owners for connections for providing permanent ser�ice to the Woric. B. City obtairaedpermits and licenses. Cifiy will obtain and pay for all permits and Iicenses as provide d for in the Suppleznentary Canditions or Contract Documents. It wi11 �e the Cantxacto�'s responsibility to carry aut the provision� of the perz�ait. Tf the Contraetor initiates changes to the Cdntract and th� City approves the changes, the Contractor is responsible �or obtaining clearan.ces a�d coordinating wiih the apprnpziate regulaiory ag;ency. The Cxty wi11 not reimburse ihe Cantractor for az�y eost associate�l u�ith these requirements of any City acquired permit. The following are permiis the City will obtain if requi�red: 1. Texas Dapartment of Transportat�on Permits 2, U.S. Army Corps of Engineers Permits 3. Texas Gommission on Er�vironmental Quality Permits 4. Railroad Cozx�pany Permits C. Outstanding- permits and licenses. The City anticipates acquisition of an.dlor access to permits and licenses, Any outstanding pernaits and licenses are aniicipaied to be acquired in accaraance with the schedule s�t �orth in the Suppleme�tary Condrtians. The Proj ect Schedul� submitied by t11e Contractar in accordance with the Contract Document� must consider any tiutstanding permits and licenses. {.1 Q Laws and Regulations A. Contraetor s1�aI1 give all notices r�quired by and shall comply with aIi Laws and Regulatians ap�licable to t�e performa.nce of the Wark. Except where ntherwise expressly required by applic�ble Laws and Regulations, the City shall not be responsible for moz�itoring Cont�actor's complia�ce with any Laws or Regulations. B. If Coniractor perfiorms any Worrk Itnowing or having reason to l�zaavv that it is contrary to Laws or Regulations, Contractor shall bear alI claims, costs, losses, and damages (including but nnt izmiied to all fees and charges of engineers, architects, at�arneys, and other professianals and aII crT�r nx �oR� woxTx STANDARQ CONST &U C'I' 10 N sPEC [F ICA T IO N d(3C[IMEN'I'S Revision: 8/23/202 [ ofl�aoo-� GEt+IERAL CaND IT I� N S Page 28 oF 63 cout-t ar a�rbit��atian or other disputie resolution casts) arising out of oz- relating to such Work. However, it �hall not be Cnnt�actor's �responsibility to make certaiu that the Specifications and Drawings are in accordanc� with Law� arzd Regulations, but this sha11 not relie�e Contractor of Coniractor's abliga�ions under Paragraph 3.02. C. Changes in Laws ar Regulations nat known at the tin�e o� opening of Bids having an effect on the cost or time of �erformance of ihe Wor� �:aay be the subject of an adjustment in Cantr'act Price or Contract Tirne. 6. I 1 Tc�es A. On a cor�.�ract awarded by iiie City, ari organization which qua�ifies fax exemption pursuant ta Texas Tax Code, Subchapter H, Sections 151.301-33 S(as amended}, the Cantracior may purchase, ren� or lea.�e all materia�s, supplies and equipmcnt used or consumed in the performance of t1�is contract by zss�ing to his supplier an exemption. certificate in Iieu of the tax, said exez�a�tion cerEificaie to comply with State Cornptroller's Ruling A07. Any such exemption eertificate issued to the Cc�ntractor in lieu o� the tax shall be subj ect to and shall coz�n:ply with the provisian of State Comptr'oller's Ruling .011, and any othex applicabie rulings pertaining to the Texas Tax Code, �ubchapter H. B. Texas Tax p�rmits and infor�ation rnay be obtai.�ed fram: 1. Comptroller of Public Account� Sales Tax Di�isian Capitol Station Austin, TX 78711; or 2, http:/lrxrww.window.sta.te.�.usltaxinfoltaxforms193��orms.htzx�i �,12 Use of Site and Other Areas A. Limitatian on Use of Siteand OtherAreas: 1. Contractor shall con�me construction equipment, the storage of materials and equipm�nt, and the operations of �vorkers to the Site and ofiher areas permitted by Laws and Regulaiions, an.d shall noi w�reasonably �ncumber the S�fie and �ther areas with const�uction equipment ar other materials ar equiprr�e�t. Co�ntractor shall assume fiill responsibility �or any damage to any such land or area, or to the owner ox occupant thereof, or o� any adjacent land ar areas resulting from the performance of f�e Work. 2. At any time when, in t1�e judgment af the Ci�y, �e Contxactor has ohstructed or closed or is carrying on aperations in a par�ion of a street, right of-way, or easement greater than is nacessary for proper �xecution of the Work, the City may require the Contractax to finish the sectian on wbich op�raiions are in �rogress before work is commenced on any additiona 1 area of the Site. CITY OF FORT WORT�I 5TA%IDAI�D C6NS7 Rll CT [0 N SPECiF IGA T 10 N 60CUtvfE�VTS Rcvision: 812312Q21 007200-1 GEN�RAL COND IT 10 N S �age 29 of G3 3. Should any Damag� Claun be made by any such awner or accupant because oitb�e perfortnance of the Worlc, Cantractor shall proznptly artempt to resolve the Damage Claim. 4. Pursuant ta Paragraph 6.21, Corat�actor shall indeinnify and hodd harmless City, from and agai�st alI claims, eosts, lasses, and dan2ages arising aut of'or relaiing to any claim or action, legal o� �quitable, bro�ght by any �uch nw�aer oN occupant against City. B. Removal ofDebris Du�ing Perfo�rnance o�the Work.• During �he progress of the Wnrlc Con�xactor shall l�eep the �ite and other areas free �'rom accum�lations af waste rnateria�s, rubbish, and other deY�ris. Removal and disposal of such waste materials, r�bbis�, and other dcbris shall conform to applicable Laws and Regulations. C. Si�e Maintenance Cleaning; 24 haurs after vcrritten notice is giv�n ta the Contractor that the ciean- up on trie job site is proceeding in a mann.er unsatisfac�Qry to the City, if the Contractor fails to correct the u.z�satisfactory procedu�re, the City may tai�e such direct act�an as the City deems appropriate to correct the clean-up deficiencies cited to the Caz�tractor in the written notice (by letter or �lectranzc communica�ion), and the cos�s af such direct action, plus 25 % of such casts, shall be daducted froin the monies due or to beco�� due io the Caniractor_ D. Final Site Cleaning.� Prior to Final Acce�ta�ce oi tihe �Torlc Contractor shall clean the Site and the Work aaad malce it ready far u.til�zation by City or adjacent pr�perty owner. At the completian of fihe Worl� Contrac�or shall remove from the Site all tools, appiiances, construction equipme nt and machine�y, and surplus materials and shall restore to o�iginal condition or better a�i property distu�'bed by the Work. E. Loadin�- St�uct�ccre.�: Contractor shall nat load nor �ermit any part of any str�cture to be loaded in any man�aex that will endanger the siructure, nor sha�l Contractor subject any �art of the Worlc or adjacent property to stresses or pressu�res ihat will endanger ii. 6.13 R�cord Dac�cmer�ts A. Contractar shall maintain in a safe place at the Site or in a place designat�d by the Contractor and �ppraved by the City, one (l.) xecord eopy of all Drawings, Speci�cations, Addenda, Change Orders, Field Orders, and written interpretatians and clarification� in gaod order and a.nnntafied to shaw changes made du�ing constructio�. These record dacumen.ts together with all approved Samples and a couz�.terpart of all accepted Submittals will be available to City �or reference. Upon com�Ietian of the Work, tihese record documants, axiy operation and maiuitenance manuals, and Subxnittals will b� delivered to Gity prior to Finai Tnspectian. Contractor shall include accurate �ocaiions for buried and imbedded items. 6.1.� Safeiy and P�otection A. Contractor sha11 be solely responsibl� for xnztiating, marntaining and sup�rvi�in.g aIl safety preca�tions and prqgrazxzs in connection witla the Worlr. Such xespansibility daes not relieve Subco�tracta�-s of their responsibility for the saf�ty a� persons or propez-ty in the performance of tk�eix wo�I�, nor �or campliance with applicable safety Laws and Regula.tions. Canixactar shall CITY OF FOTiT WORTH 5TA3�DARDCONSTRUCTION SPECIFICAT[ON UOC[JI1�NT5 Revisian: iiI2312U21 007200-1 GENERAL CONa l� 10 N 5 �'a�e 30 af 63 talte a11 necessary precautions for the sa.�ety of, and �ha11 provide the nec�ssary protection to �revent da�nage, injury or loss tn: 1, all persans on the Site or who may be affectedby the Wark; 2. all the Warl� an.d materials az�d equipment to be incorporated therein, whether in storage on nr off the S�te; a.rsd 3. other property at the Site ar adjacent th�reto, including �rees, shxubs, lawns, wallcs, pa�ements, roadways, structures, utilities, and Underground Faciliti�s n.ot designated £or rernoval, relocation, or replacement in the course o� construction. B. Cont�ractar shall co�ply with aIl applicable Lavcrs and Regulations relating to tlae safe�y of persons or prape�ty, or to the pratectian of persons oz' property from damage, injury, or loss; ar�d shall �rect and maiurtain a11 necessary �a��guards for such safety and pratection. Con.tractor sball nntify owners of adjacent property and of Underground Facilities and other utility owners vvhen prosecution of tiae Work �nay affect them, ax�d shail coo�erate with them in the protection, renaoval, relocation, and re�lacement o£ their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor sha11 inform City of the specific requirements df Contractor's safety program, if any, with w�ich City's em�loyees and represent�ti�es must comp�y while at ihe Site. E. All dannage, injury, oz loss to any �raperty referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, d'vrectly oz indirectly, in whole or in part, by Cantiractox, any Subcontractor, �upplier, or any other individual or entity directly or zndirectly emplayed by any of them to perfozm any af the Worlc, or anyone for vc�hase acts any of them. may be Iiab1�, shall he remedied by Contractor. F. Coniractar's duties and responsit�iliti�s for safety and for protection. of the Worlc shall continue un�il such time as alI the Worlc is completed and City has accepted the Work. 6.l 5 Safety Rep�e,�entaiive Contractar shall inforinaa City in writing of Cantrac�ar's designated safety :representative at the Site. b.16 Hazard Corrasnunicaiian P�ograms Cantractor shall be responsible for coordinating any exchange of rnaterial sa�ety data sheets or other hazard communication ixa�ormatian required to be made available to or exehanged between or anaang ernplayers in accordance with Laws or Regulations. 6.17 Em�rgencies cz�acl/or Rectifzcation A. In em�rgencies affecting the safety or protectio� of persons or the Work or property at the Site or adjac�nt thereto, Contrac�or i� abligated to act to pre�veni threatened darn.age, injury� O�' 1055. Contractar shall give City prompt writ�en notice i£ Contractor beiieves tl�at any signifieant CITYOF �'ORT WORTH STANDARI7 CO�ST R U C T IO N SP�C IF IC A T 10 N[30C[I3v[ENTS Revision: 8/23/2021 00 72 QO - I GENERAL CON� IT 10 N S Page 31 of 63 changes i� tihe 'VVorlc or variafiioz�s fram the Coni�ac� Docume�ts have been ca�sed tihereby or are arequired as a resu�t thereof. If City detertz�ines �iat a cl�a�zge in t1�e Confract Documents is required because of fihe action ta1{en by Contr�actor in response io such an emexgency, a Change Order may be issuec�. B. Should tl�e Contractor �'aiI to r�spond to a request frorn the Ciiy to rectify any discrepancies, omissions, or correction necessary to conform wit� �he requirements of tJ�e Contract D�cuments, the City sha11 gzve the Contractor writtez� notice that sL�ch work or cha.nges are to be performed. The writter� notice shall direct at�ention to the discrepant candition a.nd request ihe Contractar io take reaned�al actiazz to correct the condition. In the e�ent �he Contractor does not tal�e pasitive steps to �izlfill this written request, or daes nat s�.ow just cause for not taking the proper action, within 24 hours, the City may take such remedial action wit� City forces or b� eontract. The City shall deduct an aznourit equal to the entiz-e costs for such remedial aciion, plus 25%, from any funds due or became due the Contractor on the Proj ect. 6.18 Suhnzittals A. Contractor shall submit required Suhmittals to Czty for z-eview and acceptance in accordance with the accepied Schedule of Submitta,Is (as required by Paragraph 2.07). Each submittal wiIl be identified as City may require. 1. Subrxiit �umber of copies speciiied irz the General Requirements. 2. Data shown on tl�e Submittals �vill be complete wi� respect to quantzties, dimensio�s, specifie d perfarma.nce and desigxi crzteria, materials, az�d 5imilar dafia io show City the services, materials, and equipment Contractor propases to provide and to enable City to review fihe zn%rmation for the limited pr�uposes required by Paragraph 6.1 S.C. 3. Submxt�als subzxzitted as herein provided by Contraetor and r�viecv�d by Ciiy fox conforrnanc� with the d�sign concept shall he e�ecut�d in canformity with the Cantract Document5 unless o�Yaerwise required by City. 4. When Submittals axe submitted for the purpose of showing th� installation in great�r detail, their xevier�v shall not excuse Cantractor frorz-i requirements shown on the Drawings and Specifications. 5. For-Infarm�ation-OnIy subrxiittals upon which the City is not expected to conduct revi�w or take resppnsive action may be so identifted in the Confiract Documents, 6. Subrnit requrrednumber of Samples speci�ied in the Specifiealaans. 7. Ciearly identify each Sazxiple as to material, Supplier, pertinent data such as catalog nurnbers, the use for which intended and other data as City may require to enable Cit� to review the submittal for tkze limrted purposes required byParagraph 6.18.C. CIT'Y OF FOI2T WQRTH STANDARD CO]VST RU CT IO N 3PECIF ICA T f0 N DOCLIMENT5 Revision: $/23/2021 0073UU-f G�NERAL COND IT 10 �k S Page 32 of 63 B. Where a Submittal is required by the Con�ract Dncuments or �he Schedule of Submiitals, any related Work pez-�ormed prior to City's z�eview and acce�tance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: Czty wiil proVide timely review of required Subtnittals in accordance r�vith the Schedule o£ Submzt�als acceptable to City. City's revie�v and acceptance wi11 be anly to determine if the iti�ms cea��red hy the subrnittals will, a£�er installation or incorparation in the Work, eQnform to the inforznation given in the Contract Documents and be campatzble witb tihe design canc�pt of the completed Praject as a fi�nctioxung whole as indicated by the Contract Docum,ents. 2. City's review and acceptance will not extend to rneans, methods, techniques, sequences, or procedures of construciion {except where a particular means, method, technique, ,sequence, or pracedure o� consiruction is specifically and ex�ressly called far by �he Conte'act Docwnents) ar ta safety precautions or pra�rams incident thereto. T�e review and acceptance of a separate item as such will not indicate approval of f.he assembly in which t�ae item functions. 3. City's review and acceptance sha11 not relieve Contractar feozx� responsibiliry for any variation from the requirement� �f the Contract Docunaents unless Contractar Inas coYn.plie d with the requirements �f Section O1 33 00 and Gity has giveaa written acceptance of each such variation by specific written �otation thereo� incorparated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor fronn. r�spo�sibility £or connplying with the requireYnents of the Contract Docurnents. 6.19 Cantinuirag the Wark Except as fltherwise provided, Contractar shall carry on the Wark and adhere to the Proj ect Sch�dule during all ditsputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disp�ies or disag�re�ments, except as City and Con�actor may o�erwise agree in �riiing. 6.�0 Contrttctor's General War�Nanty and Gua�antee A. Contractor waz7rants and guarantees to City tl�at all Work will be in accordance with the Cont�act Documents and wi1l not he defeeti�e. City and its officers, directors, members, partners, ernploye�s, agents, consultants, and subcontractors shall be ent�tied to rely on representation of Contractoz''s wanranty and guarantee. B. Contractor's warx'aniy and gua�'antee hezeunder excludes defects or damage caused by: 1. abuse, modification, or irn.proper mainte�ance o� aperatian bypersons ot.�er than Coniractor, Suk�contrac�ors, Suppliers, ar any other individual or entity for whom Contractor is responsible; or CI'f Y OF FOR1� WORTH 5T AN[]Aft➢ CONST RII C'i [0 N SYCClF ICA T 10 N 60CUMEAIT� Revision: SI2312021 on7zaa-i GENERAL COf�D fT 10 N S Page 33 of 63 2. normal wear and tear under norma� usage. C. Coz�tractor's obligation to perfo�n and cozxzplete the Work in accoxdance wiih the Contract Documents sha11 be absolufie. None of the �ollowing will cnnstitute an acceptanee a�Worl{ f.hat is not in accordance with the Contract Docuzxzents or a release of Contractor's obligation to perform the Worl� in accordance wiih tl�e Gontract Docu�ments: 1. o�servat�ons by City; 2. recommendation ar payment b� City of any progr�ss or fina�1 payment; 3. the issuance o£ a certificate of Final Acceptance by City or ariy payment related thereto by Cify; 9�. use ar occupancy ofthe Worlc or any part iherep�'by City, 5. any r�view and acceptance of a Su6mittal by City; 6. a.ny inspection, test, or ap�roval by o�hers; or 7. any coi-rectzon of defectiv� Work by C�ty. D. The Contractor shall remedy any defecis or da�ages in the Work and pay for any damage to ather worlc or properiy resulting therefram which sha�l appear withzn a perioc� of two (2) years from the dat� af Final Acceptance of the �ork un�ess a Ianger period is specified and shaIl fiarnish a good and sufficient maintenance bond, complying with ti�e requiremer�ts of Article 5.02.B. The City wi�l give notice of observed defects with r�asonabl� prompiness. 6.21 Inde rnnificat�on A. Contractor covenanis and agre es to inde mnify, hold harmle ss and de fe nd, at zt,s own expense, the City, its of�ice rs, servants and e mploye es, from and against any and all elaxxns arising ot�t of, or alle ged to arise out of, tbe work and se rvices �o be pe xforme d by the Contracior, its af�ice rs, age nts, e mpIoyees, subcontractors, lice nses or inviie es unde r this Coniract. THI INDEMNII'T ATIO PR VI I N I SPECIFX ALLY IN E DED T P�.R.ATE AND BE EFFE TYUE Ey�N IF ZT_IS ALLE ED OR PROVEN THAT ALL �R SOME.OF THE DAMAGES �3E G SOUGHT WERE CAUSED IN WHOLE OR Z1V PART . BY ANY ACT, OM�STON OR NEGLIGENG� OF THE C�TY. This inde xnnit� provision is inte nde d to include, withaut limitation, inde mnity for costs, expenses and le gal fees ir�curred b� the City in defending against such claims and c�uses of actions. B. Contractar co�renants and agr� es to indemuify and hold harmle ss, at its nwn expense, the City, its office �rs, servants and e mployees, from and agaianst any and all loss, damage or destructian of prape riy of the City, arising out of, or alle ged to arise out af, the work and ,se rvices to be pe rforme d�y the Contr�.ctor, its affice rs, age nts, e rnployees, subcontractars, licensees or invitees under fhis Contract, TH�S INDE IFICATIQN PR� SIQN IS CiTY OF I'pRT WORTH STAIYDARDC6NS`I'RUCTIDN SPECIP[CATION DOCUMENTS Revisiou: 5/23/2D2I OD720U-] G�NERAL COHD IT IQ N S Page 34 of 63 SPEC�F�CALLY 1NTENDED TO OPERATE AND BE EFFECTNE EVEN IF IT XS ALLEGED OR PROVEN THAT ALL OR SO 7E OF THE DAMAGE BEIN OUGHT E CAU ED IN WHOL� OR PART BY ANY ACT ONTZ SION OR NT.[7LIGENCE 4F THE CITY. b.22 Delegation of Professional De�sign Services A. Contractor will nat be required to pzavide professional design services unless such serviees are specifically required by the Contraci Docume�ts for a portion of the Work nr unless such ser�ices are required to carry outi Cont�actdr's responsibilities f�r construct�on means, methods, tecl�niques, sequences az�d procedures. B. If pro�essional design services or certificatio�s by a desigzi professianal related to systems, materials or equipment are specifically required of Con�actor by the Contract Documents, City will speciiy a�l performance ax�d dasign crzteria that such services must satisfy. Contractar shall cause such service� or certifications to be provided by a properly licensed prafessional, whose signature and seal shall appear on all drawings, calculations, speci�"icaiions, certificatians, and Suk�rnittais prepared by suc� professional. Submittais related to the Work designed or certified by such pxofessional, if prepared by oihers, shall beaz such professional's written approval whe� submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy axid completeness of th� services, c�rti�catians or approvals per�ormed by such design professionals, provided City has specifie d to Contraetor performance and design criteria that such services must satisfy. D. Pursuant to �is Paragraph 6.22, City's review and acceptasice af design calculations and design dravvings will be only for the li_mited purpose of checking for confarmance with pe�formanc� and design crite�ria given and �e design concept expressed in the C�nt�ract Docu.menis. City's review and accepiance a� Submittals {excepi design �alculations and design drawings) will be only for the purpose stated in Paragraph b.18.C. b.23 Right to Audit A. The Contractor agrees �hat the City shall, until �he expizatian of ihree (3) yeaY's after fina 1 payment un.der this Contract, have access to and the right to examine and photocopy any directly pertinent boo�cs, documents, papers, and records afthe Contractor involving transaetions relating to this Contract. Contractor agrees that the City sha�l ha�ve access during Re�ular Warking Hours to aIl necessary Ganiractor facilities and sball be pz'avided adequate aYad appropriate work space in order io conduct audits in. compliance with the provisions of this Paxagraph. The City shall give Contractor reasonable advance notice of imtended audits. B. Cont�actar fiu�ther agrees io include in alI its subcontracts hereunder a pravision to the effect that the subcontractorr agrees that the City shail, until the expiration of three (3) years after fina 1 payment un.der this Contract, bat�e access to and the xight io examine and photocopy any directly pertinent boaks, documents, papers, and recards of such Subcontractar, involving transactions to the suhcontract, and fi.uiher, that City shall have access during Regula�r Working Hours to all CITY OP FO1tT WORT�I ST RNDAAD CONST R U C T ID N SPECIF ICA TTO N DOCIiM�,N"IS Revision: 8/23/2021 ao7�oo-i GENERAL COND li IQ N S Page 3S oF 63 �ubcon�ractor �acilit�es, a�d shall be provided adequate ana a�propriate worlc space in order to conduct audiis in compliance with the pravisian.s of this Paragraph. The City sha1Z give Subcont�actar reasonable advanc� notice of intended audits. C. Contractor and Subconfiraetor agre� ta photocopy such documents as rnay be requested by the City. The City agrees to reimburse Contiracfior for th� cost of the capies as follows at the raie published in the Texas Admirustrative Code in effect as of the time copying is perforrned. 6.24 Nondiscrirta�natian A. T,he City is respons'rble £ox operating Public Trazasportation programs and implerr�e�ting t�ansit- related projects, which are funded in part with F�deral financial assistance awarded by the U.S. Department of Transportatian and the Federal �"ransit Ad�ninistration (FTA}, withoui ciiscrimina�ing agai�st ax�.y person in the United Staies on �he basis ofrace, color, or national origin. B. Title T�1; Civil Righisflc� af 19d4 a�s arnended: Contractor shall comply with the requirements af fi.kze Act and the Reg-�lations as furtlier defined in the �upplementary Conditir�ns for any �roject receiving Fedexal assistance. ART�CLE 7— QTHER WORK AT THE SITE 7.01 Related Y�ark at Siie A. City may perfarm other work relaied tn the Project at the Site with City's employaes, �r other City contractors, or thr�ugk� other clirect eoniracts therefor, ar have other worl� perfarmed by utility owners. I:F such other worlc is not noted in the Contract Docurnents, then written notice t��reof �ilI be giv�n to Contractor priar to starting a�y such other warlc; and B. Contractor shall afford each other cantractor who is a party to such a direct cr�ntract, each uti�ity owner, and City, if Ciiy is perforrning oiher worlc with Ciiy's employees ar o�hex City confiaractors, proper and safe access to the Siie, provide a reasonable opport�.ulity for thc ini�-oduction a.nd storage of materials and equipment and the executio� of such other worlc, and properly coordinate tkae Work with theirs, Contractor shail do all cutting, fitting, and patchin� of ihe Wark tha� may be required to �roperly conneet or otherwise make iis several partis come together and properly integrate with such oiher r�uoz'Ic. Con�ractor shall nat �ndanger any worlc of athers by cutting, excavating, or otherwis� altexing sucY� work; provided, however, tliat Cantractor may cut or alier ot�ers' war� with the wri�ien consent of City and the athers whose woric wiTI be affected. C. If �e �rop�r execution �r results of any part of Cantractor's Work depends upon woxlc performed by others under this ArticIe 7, Coz�tractor shal� inspect sueh ather work and promptly repo�rt to City in writing any delays, defects, or defici�ncies in such otber worl� that render i� unavailable or u�nsuitable for �he �rnper executian and results of Contractor's Worlc. Contractor's failure to sa �report wx1l �onstitute an acceptance of sueh other work as fit and proper far integratio� witl� Contractar's Worl� except far latent defects in tkze work provided by others. C1TY OF FORT WOATH STIINAARD CONST RU CT 10 N SPECIF [CA T[0 N DOCUME�ITS Revision: $123/2p21 007200-! G�NERAL CON6 I'f 10 �1 S Paga 36 of G3 �].fl.2, CpO�`C�l12LItlOt2 A. I� City in�ends to contz'act wiih others for ihe p�rformance of other work on �he Proj ect at the Site, the following will be set forika in Supplernentary Conditions: the individua� or entity who will have autho�ity and respan�ibility far coordination o� the activi�ies among the va�'ious contractors wilI be identified; 2, the specific matters to be covered by such authoriiy and responsibility wi11 be iieznized; and 3. the extent of such au�Yiority and responsibilities will be provided. B, Unless otherwise provided in tk�e Su�plementaty Gonditions, City shall have authority fo� such coordination. ARTICLE 8 — CITY'S RESPONSIBTL�'TIE� 8.0� Communications to Contractor Except as otb.erwise provzded in the Supplementaty Coz�di�ions, City sha1l issue all communications ta Coniractor. 8.02 Furnish Data City shall tinn.ely fiu-nish tl�e data required �der the Contract Documents. 8.03 Pc�y YVhen Due City shall malce payme�ts to Contracior in accordance with Ariicle l�. 8.04 Lands and Eas�ments; Repot-ts and Tes�s City's duties with respect to pz'ovidir�g lands and �asements and providiug engineering surveys to establish re�erence pai�is a.t'e set forth in Para�'aphs 4.01 and 4.05. Paragraph 4.Q2 refers to City's identifying an.d making a�ailable ta Contractor copies oireports of explorations and tests of suhsu�face conditions and drawings of physical canditions relating to existing suz�£ace or subsut'face structures at or contiguous ta the Szte thai have been utilized by City in preparing the Gontraci Dacuments. 8.05 Change 4rde�s City shall execute Change Orders in accordance with 1'aragraph 10.03. 8.06 Inspeciions, Tests, a�d Approvals City's responsibility with respect to certain insp�ctions, tests, and approvals is set forth in Paragrapk� 13.Q3. CTI'Y OF FORT WQRTH STANDAItU CONST RU C'C IO N SPEC IP ICA T I� N dOCIIl4fENTS Ttevision: 8/23/2t121 oa 7� oa -, G�N�FtAL COND IT 10 N S Page 37 oi 63 8.07 Lirrtitations ora Cily's Respansibt:lities A. The City shall not supervise, d2rect, or have control or aY�thority over, nflr be responsible for, Contractor's nr�eans, methods, techniques, sequences, or pracedtaxes a�constructian, or the sa%ty precautions and programs ineident thereto, or for any t'ailure of Con.tracior to coznply witla Laws and Reg�Iations applicable to the performarice of the Work. Czty will not be rasponsible for Coni�actor's failure to perform the �or1c in accardance with the Contraet Doc�u�aents. B. City will notify th� Contractor of applicable sa%ty }�lans pursuant to Paragra�h 6.14. 8.Q8 Undisclosed Hazardous Environmental Condition City's respo�sibility witki respect to an undisclosed Hazardous Environmental Condition zs set forth in Paragraph 4.Q6. 8.09 �Corraplir�nce �vith Safety Progt�am While at the Site, City's employees and representatives sba1l comply with �11e specific applicable requirements of Contracior's safety programs af which City k�as be�n in formed pursuant to Paragraph 6. Z 4. ARTICLE 9— CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's ProjectManager City wi1T pravide ane or �ore Project Manager(s) during the constnzction period. The duties and res}�onsi�ilities and tl�e Iimitatiions af authority of City's �roject Manager duriz�g constractzon are �et forth in. the Contract Docw�ents. The City's Project Manag�r for this Contract is identi�ed in the Supplezz�.entary Canditions. 9.a2 vrs�t.s rp site A. City's Project Mazaager will z�n.alce visits to the Site at interea�s appropriate to tlae various stages ofeonstz-uction as City deems necessat•y rn arder to observe tt�e pragress that has b�en made and th� quality of �he various aspects of Contractor's executed Worlc. Bas�d on information obiained c�uring such visits a.nd observations, City's Project Manager wilI dat�rmine, in general, if the Worl� is proceeding in accordance with the Contract Document5. City's Project Manager will not be r�quired to matce exhaustive ox continuous inspections on the Site to eheck the quality or quantity of the Worlc. City's Proj ect Manager's efforts will �e direct�d toward praviding City a greater degxee of confidence rhat the campleted Wark will eonform generally to the Contraci Documents. B, City's Project Manager's visits and observatians are subject to a11 the limitarions on autharzty and responsibilzty in the Coniract Documents including those set for�h in Paragraph 8.07. CIT1' pP FORT WOR"T'H 5T AN[)ARD CD?�ST R U C T Ia N SPF.0 [F ICA T[0 N IIOCU�IENTS Revision: 8123J2p21 oa 7a oo - � GENERAL CQN� IT 40 N S Page 38 af 63 9.�3 Authorized Tjariations in GYork City's Project Manager may authorize minoz variations in the W ork from the requirem�nts of the Contraci Docunaents vvhich do no� involve an adjustment in ihe Coniract Price ar the Contract Time aa�d are compatible with the design cancept of the completed Project as a functianing whoie as indicated by the Contract Documents. T�ese m�y be accomplished by a Field Order and will he binding on City and also on Contractor, who shall perforrn the Work invalved prornptly. 9.04 Rejecting Defective Work City will have authc�rity to rej ect Work which Gity's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Con�ract Documents ar that will prejudice th� integrity af the de�ign concept of tkxe completed Project as a fiznctioning whole as indicaied by the Contract Documents. City will have authoriiy ta conduct specxal inspectio� or te�ting of the Work as provided in Article 13, whether or not th� Work is fabricated, insta�led, or completed. 9.Q5 Determinc�tio�a,r for Wor1� Perfat�ned Contractor will determine the actual quantiti�,� and classifications of Warkperformed. Crty's Project Manager will review wiih Coni�actflr the preiiminary determinations an sucb mat�ers before rendering awritten recomm:e�da�ion. City's written decisionwill be final (except as modit`ied to refiect cha�ged factual condiiians ox more acc�ate data). 9.06 Decisions ora Requirements of GontYac#Docurnents andAcceptc�bilily of T�'V�ork A. City will be th� initial interpreter of the xequirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a�vritten decision on any issue referred. C. City's writ�en decision an the issue referred will be final and binding on the ContractQr, subject to the provisions of Faragraph 10A6. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WQRK 10.U1 Authorized Change,s in the Wo�k A. �ithout in�alidating ikae Contract and without notice to any surety, City may, at any time or fro�n �ime to tim�, order Extra Work. Upon notice of such Extra Wark, Cantractor shall proznptly proceed with the Wark involved which will be perforxned under the applicable canditions of the Contract Docum.ents {except as otherwise specifically pravided). Extra V�ork sha11 be rnemorialized by a Change Order whieh may or may not precede azx arder of Extra worlc. B. �or minox changes of Worlr not requiring changes to Contract Time or Contrac� Price, a Field Ord�r may be issued by the City. CITY OF PORT W�IiTH STANDARpCONSTR[JCTIDN 5P6CIF[CATION DOCiJM�NT5 Revision: 8/23l2D21 007200-I GE�fERAL COiV[] IT ID N S Pa�e 39 af 63 IO.p2 Unaut�iot�ized Changes in the Work Contractar s�all not be entifiied ta an increase �n the Contract Priee or an extension o� the Contract Time with xespect to any worlf performed tl�:at is not raquired by the Contraet Docum�nts as a�mended, modified, or suppleznented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6,17. 10.03 E'xeeution of Chang� Orders A. City and Contractor shall exec�te appropriate Change Orders covering: changes in ihe Worlc which are: (i) ordered by Ci�y pu.rsuant to Paragraph IO.O1.A, (ii) required because oi acceptance of defective Work under Paragraph 13.4$ or City's correctian of defective Warlc under Pa.ragraph 13.09, or (iii) agreed to by the parties; 2. chang�s in the Cozatract Pr�ce ar Coniract Time which are agreed to by the parties, includzng any undisputed suxn or amount of time for Worl� actuaily p�rfaz-�ned. 1Q.04 Ex�ra Wo�k A. Should a dif�'erence arise as to whai does or does not constitute Extra Work, or as to the pay�aent thereof, and the Ciiy insists upon its performance, the Contracior shall proceed with the �vQriz after making written request fox written orders and shall keep accurate account of the actual reasonable cost thereof. Contract elaims regarding Ex�ra Worl{ shaZl be rnade pursuant to Paragraph 1 Q.06. B. The Con�ractar shall fiu-nish the City such installation records of aIl deviations from the arigina 1 Contract Documents as may be necessary to enable the City to �repara for permanent record a correeted set af plan� showir�g tk�e aciva� installation. C. The compensation agxeed upon �nr Extra Wark whether or not initiated by a Change Order sha1l be a full, eomplete and final paynsent for al1 costs Contractor incurs as a result or relating ta the change or Extra Work, whet�er said cost,s axe kr�own, unl.�n.ow�, foreseen or unforeseen at that tirne, including without limitation, aziy eosts far delay, extended ovexhead, ripple or irnpaet cpst, ar any other effect oz� changed or unchanged work as a result of the chazlge or Extra Worlc. 1Q.05 Notrfication ta Surety If the �rovisions of any bond require notice �o be given to a surery of any change affecting the gez�eral scope of the Worlc or �h� provisions of ihe Coniract Documants (zncluding, but n.ot limit�d to, Coniract Price or Contract Tim�), the giving of any such noiice will be Coniractar's responsibility, Tl�e amount ot' each applicable band wi11 be adjusted by th� Contxactor to xefleci the effeet o� any such cl�ange. CITY OP FpR1' WORTH STANQARDCONSTRUCTION SPECIF[CA'f[ON DOCUMENTS Revision: 8l23/2Q21 ao�aoo-i �E��Rn� callo �� ioN s Page 40 of 63 lO.Ob Contruci Claims PYocess A. City's Deeision Reqr�i�ed: All Contxact Claims, except those waived pursuant to Paragrapla 14.09, shall be referred to the Ci�y far decision_ A deeisian by City shall be required as a candition precedent to any exercise by Contractor of any rights or remedies he xnay otherwise have und�r the Contract Docum�nts ox by Laws and Regulations in respect of such Contract Ckaims. B. Notice: W�it�en notice stating the general nature of each Con�ract Claim shall be delivered by the Contractor to City no later thaz� 15 days after the start nf the event giving rzse thereto. The responsibzlity to substan�iate a Con�raet Claizn shail rest with the pariy malzing �he Contract Clainn. 2. Notice of fihe amount or extent of the Coniract Claim, wztl� supporting data shal� be delivexe d to the City on. ar before 4S days frona the start of the event giving rise thereto (u.uless �he City allows additional tixne �nr Contractior to submit additional or more accurate data in support o� sueh Contract Claim). 3. A Contract Claim foz' an adjustment in C��niiz'act Price shall be prep�r�d in accardance with the provisions of Paragraph 12A1. 4. A Contract Claim for an adjustment in Contract Time sha11 be prepar�d in accorrdance with the pro�isioz�s of Paragra�h 12.02. Each Contract Claim sha11 be accotnpanf�d by Cant�actor's written statement that the adjustmen� claimed is t�e enitre adjus�ment to which the Contractorbelieves it is entitled as a ze5uit of said e�ent. 6. The City shall sub�:aii any response to the Contractoz within 3a days aftex r�ceipt of the claimant's last suiam.ittal(unless Contract allaws addiiional time). C. City's Action: City will review eac� Contract �laim and, wi�lain 3Q days after receipt of the last subzx�it�a.I of the Contraetor, i�' any, take one of the fallawing actions in writing: 1. deny the Con�ract Claim in whole or in part; 2. approve the Contract Claim; or notify the Contractor that the City is unable to resolve fihe Con�ract Claim if, in the City's sole discretian, it would be inapprapriate for the Gity to do sa. For purposes of furiher resolution of �he Contract Claim, such notice shall be deemed a denial. GITY OF FORT WORT%I STANDARD CONST RU CT 10 N SPECIF ICAT [0 N DOCUMENTS Revision: 8/23 12 0 2 1 oa7zao-� G�N�RAL CON� IT 10 N 5 Page 4 [ of 63 D. City's written action under Paragra�sh 10.06.0 will be final and binding, unl�ss Czty o�• Contractor invol{e tlie dispute resalu#�on procedt�re set �orth in Article 16 wifhin 30 days o�" sucll action ar deniai. E. Na Cantract Claim for an adjust�nent in Coniraet Price or Contract Tirne wiil �e valid i-E not su�mitted in accordance with tl�is Paragraph Z 0.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UlV�T PRICE W�RK; PLANS QUANTITY MEASUREMENT 11.01 Cost af ihe Wo�k A. Costs Incl�eded: The term Cast of the Worlc means tl�e sum o� all costs, except thQse excluded in Paragraph 11.01.B, necessarily ineuzxed and paid by Cantractor in the proper per�armance of the Warlc. �1hen �he value of any Worlc covered by a Change Order, tkae co5ts to be reirnbursed to Cant�actor �riIl be only those addiiional orr incremental eosts required b�cause of the change in the Work. Such costs shail noi include any of the costs itemized in Paragraph 11_dl.B, and shali �.ciude but not be limited to t�e following iiems: Payroll costs �or employees in the direct employ o£ Contractox �in the perforn�anc� of the W�rk u�der schedul�s af job classi�cations agzeed upon by Cit� and Contractox. Such employees sha11 include, withnut limitation, superintendenis, foremen, and other personnel employed fu11 time on the Worlc, PayroIl �osts for employees not employed full �ime on the Work shall b� apportioned on the basis o£ their tiime spent on tlie Work. Payz�oll costs shall incIude; a. salaries with a SS% rnarliup, or b. salaries and wages plus the cost of frrnge be�efits, which shall include social security contr�butions, unempinynraent, excise, and payroll taxes, workers' compensaiion, health and re�irernent ben�fits, banuses, sicic Ieave, vacation and holiday pa� applicable thereto. The expenses ofperforrning Warkoutside ofRegular Woricir�gHours, Weekend'�orking Hours, or legal holzda�s, shall be incluc�ed izz the above to ihe extez�t a�thorize d by City. 2. Cost of all materaials and equzpznent fi.u-r�ished and incorporated in the Worlc, including cosis of transpartation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of a11 construction equipment and zxiachin�ry, axid ihe paY-ts thereof whether rented from Confractor or others in accardance with renta.l agreements approved by City, a�d the costs af t�ansportation, Ioading, un.loading, assembly, dismantling, and removal tl�ereof. AlI such costs shall be in accordance with the terms of said rental agreements. The renial of any such equipment, machinery, or parts sl�ail eeas� when the use thereof is no �onger necessary far �he Work. CITY OF FORT WORTH STANDAR�CQMSTRUCTIpN SPECIFfCATiQN DaCi7MfiNT5 Rewision: 8f23Y1021 flo�2oo-� GENEf2AL GF]ND I710 N S Page 42 0� G3 4. Payments made by Contractor to Subcont�actors for Wnrk perfarrned by Subcontractors. If �equired by City, Contractor shall obtain cnmpetitive bids �r�za� subcnniractors acceptable to City and Contractor azxd sha11 deliver suck� bids to City, wha will t�aen deterrcz�ine, whieh bids, if any, will be acceptable. If any subcontract provides that the Subcontx'actor is io be paid on the basis of Cost of the W�xk plus a fee, the Subcontractor's Cost af the Work and �ee sha11 be determined in the same manner as Coz�tractor's Cost of the Wark and fee as provided in this Paragra�h 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratori�s, surveyors, attorneys, an.d accountants) ernployed for services specifically related to �lie Work. � b. Supplemental costs including the follavving: a. The ��'oporti�n of necessary t�anspartation, tx'avel, and subsistence e�penses af Contracior's employees ir�curred in discharge of duties connected wzth the Work. b. Cost, including transportation and maint�nance, af all mat�rials, supplies, equi�ment, machin.ery, appliances, office, and temporary facilitie� at the Site, and hand tools not owned by the vvarl�exs, which are consumed in tiae performance of the Worlc, and cost, less rnarket value, of such items used but �ot consum�d which remain the pxoperty of Contractor. e, Sa.les, consumer, use, and other simila�r ta�ces related to the Work, and far which Contractor is liable not co�ered under Paragraph f.11, as imposed by Laws and Regulaiions. d. Deposits lost for causes ather than negligenee of Cantractor, any Subcontractor, or a.nyone directly or indirectly employed by any of them or £or whose acts any afthem may be liable, and royalty payments aza.d fees for perrniis and licenses. Losses and da.mages (and related expe�ses) caused by damage to the Work, n.ot campez�sa�ed by insurance or otherwise, sustain�d by Cant�ractor in ca�ection with the performance of the Work, prorrided such Iosses and damages have resuited from causes other than the negligence of Con�'actor, any Subco�tractor, or anyone directly or indirec tly emp�oyed by any o� them or for whose acts any of them may be lia.ble. Such losses shall inelude settlements made with the writ�en c�nsent and approval o� City. No such lasses, damages, and expens�s shall bE ineluded in the Cost of the Wark for the purpose af deternaining C�ntractor's �ee. f The cost of utilities, fuel., and �a�itary facili�ies at the Site. g. Minor expenses such as tel�grazias, long distance t�lephone calls, telepho�e and cammunication s�rvice5 at the Site, expXess and cour�er services, and similar petty cash items in connection with the Warlr. CI1'Y OP FORT WOR`PH STANDARi7 CONSTRU CT [0 N SPECIC 1CA T 10 N DOCi1MCNTS Revision: 8/23/2021 oa7zaa-i GENERRL CpND iT 10 N S Page 43 of 63 h. The cosis of pr�miums for aIl bonds and insuxance Conixactor i� requiz•ed by the Contract Dacumants to purchase an:d maintain. B. Casts Excluded: The term Cost of the Warlc shall not include ariy of the fallowin.g iiems: 1. Payroll casfis azad other coz�npensation of Contractor's of�cers, executives, principals �of partnerships and sole prop�rietorships}, g�neral managers, safety managers, engineers, architects, estiznators, atiorneys, auditors, accountants, �urchasing and contracting agents, expediters, ti�nelceepers, clerks, and other persoza�nel employed by Contxactor, whet}�er at the �ite ar zn Contractar's principal or branch of�ce for gez�eral administxation of tk�e Worlc and nai specifically included in the agr�ed upon schedule af job classifications referred to in Paragraph 11,01.A.1 qr s�eczfcally covered by Paragraph 11,01.A.4, all of w�ich are to be considered administ�a�ive costs covexed by the �an.txactor's fee. 2. Ex�enses of Contractor's principal and bxanch offices othar than Contractor's off ce at the Site. 3. Any part of Coniractor's capital expenses, includzng interest on Contractor's capital �mployed for the Worlc and cl�arges against Contractor �or delinquent payments. 4. Costs due ta the neglzgence of �ontractor, any Subcantractor, or anyon� dixe�tly or indirec tly employed �y any of them or for vvhos� acts any of them �ay be liable, including 6ut not limited to, tk�e carrection of defective Worlc, dispnsal of materials or �quipmcnt wrongiy suppli�d, an.d mai�ing good any dar�aage to property. 5. 4ther overhead or general expense eosts of any 1{ind. C. CantrcactoY's Fee: When aIl the Wark is perfoi-tned on ihe basis of co�t-plu�, Contraetor's fee shall be detertnined as set forth in tk�e Agre�ment. When the vaZue af any Work cavered by a Change Order for an adjus�rnent in Contract Price is detez7mined on kl�e basis of Cosi of the Work, Contractor's fee shallbe d�termined as set forth in Paragraph 12.OI.C. D. Dc�cumentatian: Whenever tk�e Cosf of the Work for any purpase is ta be determined pursuant to Paragraphs 11.01.A and 11.Q I.B, Contractor will establish and maintain records thereo� in accordance with generally accepted accounting practices and submii in a form acceptable to City aran itemized cost breakdown together with supporting data. 11.02 Allowances A, Specified AlZowance: It is understood that Contractor has incIt�ded in the Contract Price all allo�vances �o nam�d in. the Cot�tract Documents a.nd shali cause the Woric so covered to be p�rfarzned for such sums and by such persans or entities as may be acceptable to �ity. B. PYe-bid Allo�vance�s: 1. Cont�actor agrees that: C[TY QF FORT WORTH ST ANpARD CDNST R�I C T id N SPEC IF IC A T IO t�! I)QCiIMEiVTS Revisinn: 8123/2d2.1 oa�zoo-1 GENERAI. COIVD IT 10 N S Page �44 of 63 a. the pre-bid allowances include the cost to Contractar of materials and equipment required by the allawances to be deli�ered at the Site, and all applicable t.a.xes; and b. Contractar's costs for unloading and handling o� the Site, labor, installation, averhead, profit, and other expenses contemplated far the pre�bid allowances ha�e been included in the allowances, and no demand for additional payment on account o� any of the foregozng will be �alid. C. ContingencyAllawarace: Contractoi agrees that a contingency allowance, i� a.ny, is for the sole use of City. D. Prior to final payznent, aza appropriate Change �rder will be issued ta r�flect ac�ual amounts due Coz�tractor az� account o� Work cavered by allowances, and the Contract Price sha11 be corre�pandingly adjusted. 11.03 UnitPrice Wor�k A. Where the Contract Documez�ts provide thai all or part of the Wark is to be Unit Price Woz'k, in'ttially the Contract Price will be deemed to im.clude far all Unit Price Work an amount equal to t�he sum of th� unit pr�c� for eac� separatel.y identified item of Unii Price Worl� �imes fhe estimated qua.ntity af each ite�n as indicated in the Agreenr�ent. S. The estimated quantities of items of Unit Price Woark are noi guaran�eed and are solely for the purpose of comparison ofBids and determining an initial Contract Price. Dete�inations of the actual quanti�ies and classificaiions of LTnit �ric� Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Eac� unit price will be deemed to include an amotzn.t conside�ed by Cnnt7t�actor to be adeqnate to covex Contractor's o�erhead and profit far each separately xdentified item. Work described in the Contract Documents, or reasonably infex-red as required for a functiona]ly complete installatian, but not identified in the lis�ing of unit price iterns shall be considezed incidental to unit pric� wark listed and tl�e cost of incidental work ixxcluded as �art of the unit price. D. City may make an adjustment in the Contraet Price in aecardance with Paragraph 12.01 if 1, the quantity of any item of Un.it Price Work perfor�xied by Coz�iractor d'z�'�ers matexially and significant�y fram the estimated quantity of such item indicated in tne Agr�e�nent; and 2. �h.ere is no corresponding adjustrnent wifih respeetto any other item of Work. E. Increased or Decreased Qurzntities: The City reserves the rigl�t to order Extira Work in accardance with Paragraph 10.0 ] . 1. If the chan�;�s in quantities or the alterations do not significantly change the character �f work under the Contract Documents, the altered work will be paid for at the Contract �.uait price. CIT1' OF FORT WORTH STANPARD CONST Ril CT [b N SPEC IF ICA T IO N QQCUMENTS Revision: 8/23/2021 oo�zao-i GENERAL CqND 1T 10 N 5 Page 45 oE' 63 2. Tf the changes in quantities or alierations significantly change the cha�•acter of vvork, the Contract will be amended by a Change Ord�r. 3. If no unii prices exist, this v;�ill be cansidez�ed Extra Work and the Gontract will be amended by a Change Ord�r in accardance with Article 12. 4. A s�gmificant change in the character of work occurs wk�en: a. fihe character of work far any It�m as altered differ� rriaterzally in kind or nai�are from that in the Contract or b. aMajor Item o�`wor� varies by more thaxa. 25%o from the original Contract quantity. S. When kl�e quantity of work to be done under any Major Itern of t�ie Con.tract �s more than 125% af the ariginal quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion o�the work �at is above 125%. 6. When the quan�ity of work to be dorie undex any Major I�em of tkae Cantract is less than 75% of the origlnal quantity sfated in th� Contract, then either party to the Contract may request an adjustment to tIse unit pxice. 11.04 Plans Quantaty Mea�s�crement A. Plans quantities may or may nbt represent the exact quantity of work perfornned or material morred, haa�dled, ar placed durin.g the execution of the Cnntract. The estimated bid quantities are designat�d as fin�l payrneni quantities, unless xevised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (p�r as stipulated under "Price and Payment Procedures" far s�ecifc Iiems) frazx� the tota 1 estir�atc� q�uantity for an individual Item originally shawn in the Contract Documents, an adjustmentrnay be tnade to the qnantity oiauthorized waxlc done for payment pu7-poses. The party to th� Contract requesting the adjus�ment will provide field naeasurements az�d calculations �hawing tl�e final quaritity for which payment w�ill he rriade. Payment forrevised quantzty wi1I be made ai fihe unit price bid for ihat Item, except as provaded foz� in Ar�ic�e l. 0. C. When quantities are re�ised by a change in design approved by the City, by Change Order, ax to correct an errox, or to carrect an error on the plans, tha plans quantity will be increased or decreased by the amount invalved in the chan.ge, and the 25% vaxiance will apply to tbe new plans quantify. D. If the total Contract q�antity multiplied by th� unit �rice bid for a.n individual Item is Zess than $2SQ and the Itezn is nQt ariginaily a plans quantiiy Ttem, then t}�e Item znay be paid as a plans qu�.ritity Item if the City and Contractor agree in vvriting to t"ix the iinal quax�tity as a plans qua.n�zty. CITY QF EORT W(lR1'H S'�ANDARD COIVST RU CT IO N SPBC IF ICA T IO N DOCUMENTS Revisian: 8/231202] ao�2oa-� GENERAL CaND IT 10 N 5 Page 46 af 63 E. For callout work or nan-site specific Cdn�racts, the �ian.s quantity measuxement requirenaents are not applicabie. ARTICLE 12 — CHANGE OF CONTRACT PR.ICE; CHAlVGE OF C4NTRACT TIME 12.01 C�'xange of ContYact Price A. The Contract Price may only be changed by a Change Ordex. B. The �alue of any Work covered by a Change Order will be detei-mined as follows: 1. where �he Wark in��l�ed is cnvered by unit �rices contained in. the Contract I7ocumenis, l�y application oi such tuwit prices to the quatitii�es of the items involved (subj ect to the �arovisians of Paragraph 1 I.03); or 2. where the Work invalved is not cav�rad by unit prices contained in the Contract Docunaents, by a mutually agreed lump sum or unit pric� {which may include an allowarzce for overhead and profi� not necessarily in accnrdan.ce with paragraph 1.2.01 _C.2), and shall znclude the cost of �ny secondary impacis that are foreseeable at the time of pricing �Iia cost of Extz-a Work; OT 3. where the Work i�volv�d is not covered by unit prices contained in fihe Contract Documents and agreement to a lum� sum or unit price is not reached under Paragraph 12.0 ].B.2, on the basis ofthe Cast of fibe Work (determ.ined as provided in Paragraph 11 A I� plus a Cantractor's fee foz averhead and profzt (d�termined as provided in Paragraph 12.O1.C). C. Contr�actor's Fee: The Contractor' S additional fee far overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fe� is not agreed upon, then a fee based on the following percentages of the �arious portions of �he Cost of the Work: a, for costs az�curred under Paragraphs 1I.01.A.1, 11.01.A.2. and 11.01.A.3, th� Contractor's additional fee shall be 15 percent �xcept for: 1) rental fees for Contractor's own equipm�nt using standard rentai rates; 2} bonds and insurance; b. fo� costs incurred under Paragraph 11.0 I.A.� and 11.O1.A.S, �he Contractor's fee shall be five percent {�%); 1) where one or more tiers of subcontracts are on the basis of Cost of ihe Work plus a fee and no fixe�l fee is agre�d upon, t.he intent flf Paragrap�is 12.01.C.2.a and 12.O1.C.2.b is that the �ubcan#aractor who actually performs the Worlc, a� whatever CITY dF P�R'!' WORTH STANI]ARDCONSTR[]CTION SPECIFICATIQN DOC[Il�ta7'S Re�ision: 8/23/202 t oo�aoo-� G�NERAL CDND IT 10 N S Page 47 of 63 tier, will be paid a f�e of 1 S perceni of tlle eosts incurred by such Subco�tractor under Paragraphs I1.01.A.1 and 11.OI.A.2 and that any higher tier Subcontractar and Cor�traetor will �ach be paid a fee of five percent (5%) of the amaunt paid ta the next lawer tier Subcantractor, however in no case shall the cumulative total of fees paid be in excess of �.5%; c. no fe� shall �ie �ayable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.Q1.B; d. the amount af credit to be allowed by Contxactor to City for azzy change which results in a net decrease iz� cast will be the amount of the acivaI net decrease in eost plus a deduction in Contxactor's fee by an azx�ouni equaI to five percent (5%) of s�ch net decrease. 12.02 Change of Contt•act Titne A. The ContracC Time may only be changed by a Change Qrdex. B. No extez�sion ofthe Coniract Time will be allowed for Ex�ra Worlc or for claix�aed delay unless the Ex�c-a Worlc contemplated az- claimed delay is shawn to be on the critzcal path oF the Projec� Schedule or Contractor caz� sho� hy Critrcal Pat�a Methad analysis how the Extra Work or claime d delay adversely affects the critical path. 12.03 Delays A. Where Cont;ractor is reasonably delayed z� the performance or completion of ariy part of the Worlt wztkxin. the Contract Time due to delay beyond �e contxol of Contractox, the Cont�act Time ma.y be extended in an amount equal to the time lost due to such delay i� a Contract Claim is made therefor. Delays beyond the control of Co�t�c�actor shall izaclude, but not be l�tx�.i��d to, acts or neglect by City, acts or rieg�ect of utility owners ox other contractors pexforming other wor� as contemplated by Article 7, fires, flaods, epidennics, abnormal weather conditions, or acts of God. Such an adjustmeni shall be Contractor's sole and exclusive remedy for the delays de�cribed in f.�is Paragraph. B. If Coniraetor is delayed, City sha11 not be liable io Contractor far azly clauns, costs, losses, or damages {including but not limited to ali fees and charges of engineers, architecis, attorneys, and other professionals and a11 court or arbitrat�on or other dispuie resolution costs) sustained by Contractor an or in connection with arxy other praject or antzcipated project. C. Contractar shall not be entit�ed to an adjustment in Contract Pr'rc� or Contz�act Time for delays within the control o� Ca�atractor. Delays attributable to and within the control of a�uhcontractor ar Supplier shail be deemed to be delays within the control of Contractor. D. The Con�ractor sha11 receive na comp�nsation for delays or hindr�nces to the Work, except when �.ixeet and unavoidab�e ext�ra cost to the Cor�txactor is caused by fhe �ailuxe of the City fia provide inforrnation or matexial, if any, which is to be furnished by the City. CT't1' OF FORT W(iRTH ST ANDARIJ C�NST KLl C 7`10 N SPEC IF [CA T[0 N DDCl1MEN"i'S Revision: 8/23/2021 oo�2ao-i GENERAL COND lT 10 N S Fage 48 af 63 ARTICLE 13 — TEST5 AND INSPECTIONS; CORiZ�CTiON, REM�VAL OR ACCEPTANCE OF D�FECTIVE WORK 13.01 Notice of Defects Notice ai all defective Work of wkaich City has actual lcnowledg� r,vill be given to Contractor. Defective Woxk may be r�jected, carrected, or accepted as provided in this Article 13. ].3.02 Ac�ess to Wo�k City, independent testing laboratories, and governmental agencies with ju�risdictzona I interests will ha�e access to t�e Site and the Work at r�asonable times far their observation, insp�ction, and testing. Co�tractor shall provide them proper and safe condition.s %r such access and advise them of �ontractar's safety procedures and prograrris so that they may comply therewith as applicable. 13.03 Tesis and Inspectians A_ Cantractor shall giwe City timely notice of readiness af the Wark for alI requirred inspections, tests, ar approvals and shall cooperate w'rth inspection and testing perso�nel to facilitate require d inspectians or tests. B. If ContxactDocuments, Laws �r RegulatiQns of azry public body having jurisdiction require any of the Work (ar part therenf) to be inspected, tested, or a�proved, Cont�ractor shall assume fiill r�spon5ibility far arranging and obtainzng such independent inspections, test�, retests or approvals, pay all costs in connection therewiih, and fiirnish City the required certificates of inspection or approval; excepting, however, tliose �ees specifically identified in tll� Supplementary Conditians or any Texas Deparhneni of Licensure and Regulation (TDLR) inspections, which shall be paid a� d�scribed in the Supplementary Conditions. C. Contractor �hall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-te�ts, or appravals required for Czty's acceptance of materials or equipment io be incorporated in the Work, or acceptance o�r materiais, mix designs, or equipn�e nt submitted for approval prior to ConLractor's purchase t�ereof for incor�orati�n in the Worl�. Such irxspections, tests, re-tests, or approvals sh.all b� performed by organizatians acceptable to City. D. City may arrange foz the services af an indepen.dent testing labora�ory {"Testing Lab"} ta perform any inspections or tests ("Testing") for any part af the Work, as determined solely by City. 1. City� w'rll coord'zz�ate such Testing to the e�ctent possible, with Confi�actor; 2. �hould a.ny Tesfing undez ihis Seciion 13.b3 D result in a"faiP', "did not pas�" �r otJ�er similar negative xesult, the Cnntractor shall b� responsible far paying far any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CIT'Y OF FORT WOR'i'H STANDARDCONSTRUCTION SPECIF[CATiON DOC[livfENTS Revision; 8123/2.02 i oa�zoo-� GENERAL COND IT 10 N S Page 49 oi G3 3. Any azxzaunts o�ed for any ret�st under this Sectian 13.03 D shall be paid directly to the T�sfiing Lab by Contractor. City will forward alI invoices for retests to Contractor. 4. If Cont� acior fails to pay the Testing Lab, City wiIl not issue Final Paymeni until tka e Testing Lah is paid. E. If a�y Wori� {or the work of others) that is to be ins�ected, �ested, ar approved is covered by Contractor wiihaut written caneurrence of City, Cont�actar shall, if xequesied by City, uncover such Worl� �or abservation. F. Uncovering Work as provided in Paragz�aph 13.03.E sha11 be at Contractor's expense. G. Cont�actor shall have the right to malce a Contract Claim regarding any retest or ixzvoice issued under S ection 13 , Q3 D. 13.04 Uncove�ing Yf�oN1� A. Ii any Worlc zs covered cont�ary to the Con�ract Documenfis or specif c xnsiz�zctions by tb.e City, it must, if requested by City, be uncavered far City's observation and replaced at Cantractor's expense. B. If City con�iders it �ecessary or advisable that cov�red Worlc be obsezved by City or iz�spectea or tested by others, Coniracior, at City's requ�st, shall uncover, expose, o:r o�henvise malce availabl� for obse:rvation, inspection, or testing as Ciry may require, that portion o� the �Vork in question, fiirnishin.g aIi necessary Iabor, material, and equipment. If it is found that the u�covered Worl� is defective, Contx�actor shall pa� all clai�ns, costs, losses, and damages (including but not limited to all fees atzd charges of ez�gi�eers, architects, at�orneys, and other pro�e,�sionals and ail court ar orher dispute resalution costs) arising out Qf or relating to suc.h unco�rering, ex�osure, observatian, inspection, and testing, and of satisfactory replacement or reconstruction (irzcluding �aut not limited to a�l costs a� repair or replaGement of worlc o�'a�ers); or CiLy shall be entitled to accept defective Work in accordance witli Paragraph 13.�8 in which case Cant�actor shail sti11 be responsible for all costs associated �vz�h exposing, observing, and t�st�g the defactive Worlt. 2. If t11e uncovered Vilork i� not found ia be defective, Contractor sl�all be allowed an increase in tbe Contract Price or an extension of the Contract Time, or bofih, directly at1�'ibutable to sucl� uncovering, exposure, observaizon, inspection., testing, replacem�nt, and reconstruetian. 13.45 City Ma� Stap the T�ork If the Work is def�ctive, ox Contirractar fails to sup}�1y suf�cient skilled. �vorlcers or suitable ma�eriats or equipment, or �ails to perform the Wark in such a way that �he cornpleted Wo�rlc will conf'orrn to the Contract Document�, City may order Cont�actor to stop the Worl�, ar any portion thereof, uniil fhe cause fox such order has been �liminated; however, tl�is right of City to stop the Work shall not give rise to any duty on tkae part of Cif.y to exercise this righi for the benefit of Contractor, any CTl'Y OF FdRT WORTH STANDARDCONSTRIICTION SPECIF[CATION bOCiIMENT9 Revision: 8l23/2fl2 E 007200-[ GENERAL COK[] 1T 10 N S Page SD of 63 Suhcantractor, any Sup�lier, any othez individual ar entity, or any surety �'ar, or emplo�ee or agent o� any of them. 1.3.0� CorYection or.l�emoval of Defective Work A. Promptly after rec�ipt af written notice, Con�ractor �hall correct all defective Work pursuant ta an acceptable schedule, whether ar not fabricated, installed, ar cnmpleted, or, if the Work has been rejected by City, xernove it fram the Project a.rad replace ii with Woz•k� tl�at is not defective. Ganiractor shall pay all claiins, costs, addiiional testing, losses, and damages (including but not limited to all fees and cllarges af engineers, architec�s, attnrneys, and other professionals and all court flr arbitxation ar other dispute resolutio� costs) ariszng out o� or rel�ting to such correction or rernoval (inciuding but not limited to aIl costs af repair or replacement of work of others). Failure to require tYie zeYnoval of any defective Work shall not canstitute acceptance o�such Work. B. When correcting defective Worlc under tha ierms of this Paragraph 13.06 or Paxagraph 13.07, Contractor sba11 take no action fihat would �oid or otk�erwise impair City's special warranty az�d guaz-antee, if ar�y, on said Worl�. 13.07 CorNectian Period A. If within two (2) years ai�e� tl�e date o� Final Acceptance (or such longer periad af time as znay be prescri�ed by the ternns of any appiicable sp�cial guarantee requjred by the Contract Documents}, any Work is foitnd to be defecti�ve, or if tl�e repaix af any damages ta th� land or areas made available for Contractor's use by Cz�y or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found io be defective, Contractor shall promptly, without cast to City az�.d in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if tk�e defective Work has been rejected by City, remove it from the Project and re�lace it with Work that is not defective, and 4. satis#'actorily correct or repair or remove and replace any danaage to ot}aer Worlc, to the work of others or oiher land or areas resultiz�g therefrom. B. If ContY'aett�r does �ot prorz�ptly comply wiih the t�rms of City's written instructions, or in an emergency where delay would cause serious risk n� loss or damage, City may have the defective Work correct�d or repaired or may have t11e rejected Worl� remo�ed and replaced. All claims, costs, losses, and damages (including but not linuted to aIl fees and charges of engineers, architects, attorneys, at3d other professionals and all court or other dispute resolution costs) a�ising out af or relaii�ag to such correction or repair ar such removal and replacement (iticluding but not limited to a11 eosts of repair or xeplacement of wark af others) will be paid hy Contractor. CIT Y OF FORT WfJRTH 5TAI3DARl]CONSTRUCTION SPECIFICATION �OCUMENTS Revision: 8Y23f2021 047200-] G�N�RAL C�ND IT 10 N 5 Page S ! of 63 C. In sp�cial circumstiance� where a particular itezn of equipznent is �laced in contznuous service befnre Final Aceeptance of all the Warl�, the correction period for that iiezn may start to run from an earlier date if so pxavided in tlae Contract Docurn�nts. D. Where defective �Vc�r1� (and damage ta other Worlc resulting therefi-ojn) has been correeted or removed and replaced under this Paragrapk� 13.07, the correciion period hereunder with respect to such Worlc may be required to be extended for an additzonal period o� one year af�e� the end of the ixuitial eorrection p�riod. Gity sha11 provide 30 days �,vriiten notice to Contractor should such additionaI wa�rranty coverage ba requixed. ContraGtor may dzspute zhis reguirement by filing a Contract CIaim, pursuani to Paragraph 14.06. E. Contractar's obligations unde� this Paragxaph 13.07 axe in addition ta any other obligatinn or warranty. The provisions of this Paragraph �3.07 shalI not be canstrued as a snbstituie far, or a �aiver of, the provisions o�any applicable stai�te of limitation or repose, 13.08 Accep�ance of Defective Work If, instead of requuing correction or re�noval and replacement of defective Work, City �refers to accept it, Citq may do sa_ Cont�actor shali pay alI claims, cos�s, losses, and c�amag�s (including but not limited to aIl fees and charges n�' engineers, architects, attorneys, and other profiessionals and ai1 court or �tkaer dispute xesolution costs) attributable to City's evaluation of and defie�xLination to accept such defective Wark and for tk�e diminished value p�'the Work to the extent not otherwise paid by Contractor. If any such acce�tance oecurs prior to Final Aeceptance, a Change Order wi�l he issued incazporating the necessary revisions in the Cont�r-act Documents with respect to the Work, and City shall be entitled to an ap�ropriate decrease in the Contt-act Price, reflecting the dimini�hed value of Work so accept�d. 13.09 CityMay Cor�-ectDefective Wo�k A. If Contractnr fails wi�iri a reasonable time after written notice from City to correct defective Work, or to remove and replac� rejected Worlc as required by City in accordance with Paragraph I3_06.A, ar if Contractor fails to perform the Worlc in accardance with the Contracr pocuments, or if Contractor fazls io comply with any oth�r proviszon of the Coniract Docurments, City �nay, a.fter sevan (7) days wri�ten notice to Co�traetar, carreci, or remedy any such deiiciency. B. In exercising t}ae rights and rem�dies Under this Paragraph 13,09, Czty shall proceed e�pedi�iously. In connection with such corrective or remeclial action, City znay exclude Contractar from aIl or part of �e Site, tal�e possession of alI ax pai�t of the Work and suspend Contractor's services relaied thereto, and incorpoxate in til�e Work all materials and equipment iz�corporated in the �Vorl�, stored at the Site or foz� which Cifiy has paid Cantractor but v�rhich are stared elsewhere. Contractor shall allow City, City's representatives, agents, consultants, ernpIoyees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under fihis Paragraph. C. All claims, costs, losses, and damages (xncluding bui noi limited to all fees and c�arges �f engineexs, architects, attorneys, and otl�cr professianaIs and aIl cowrt or other dispute resalution CTT X OF FOR7' 1�qRTFI STANDARD CONST R U C T IO N SPHCIF ICA T 10 N DOCUMENTS Ravision; 8/23/2021 00 72 06 - l G�NERAL COND IT 10 N S Pa�e 52 of 63 costs) incurred ar sustained by City in exercising the rights and rez�edies under this Paragra�h 13.09 will be charged aga.inst Cont�'actor, and a Change 4rder will i�e iss�ed incorporating the necessary revisians in the Coz�tract Docu�nents with respect to fihe Work; and City shall he en.titled to an appro�riate decrea�e in the Contract �rice. D. Contractor shall not be allowed an extension of th� Cantract Time because of any delay in the performance of th� Work attributable to ihe exercise of Ciry's righ.ts and rexz�edies under this Paragz'aph 13.09. ARTICLE l4 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Yalues The �chedule of Values for Iurnp 5um. contracts established as provided in Paragx'aph 2.07 wi11 serve as the basis �or progress �ay�nents and will be incorporafied into a�o�sn of Applica�ion for PayYn.ent acceptabl� to City. Progress payments on account of Unit Price i�ork will be based dn the number of units completed. 14.d2 Prog�ess Payments A. Applicatians for Payments: 1. Coniractor is respansible for providing all znformation as requireed to becozne a vendor of ihe City. 2. At Ieast 20 days before the date established in the General R�quirem�enfis for each progress payrnent, Contractor shall submit to City far review an Applieation for Payment �illed out and signed by Contractor covering the Wor1c completed as of the dat� of ihe Application and accornpan.ied by such suppoi-ting documentation as is required by ihe Con�ract Documents. If payment is requested on the basis of materials axzd equipment not incozporated in the Work but delivered and suitably stored at fhe Site or at anoilaer location agreed to in writing, the App�ication for Payment shall also be accompanied by a bill of sale, invoice, or other doeumentatitin waz�ranting that City haa recei�ed tk�e materials and equip�nent free and clear af all Liens and evidence that the nnaterials and equipment are co�ered by apprapriate insurance or other arrangements to pzotect City's interest therein, alI of which must be satisfactory to City. 4. Beginning with the second Application far Payment, each Applica�ion shall include an aTfidavit o� Contractor stating that previous progress payments received on accour�t of the Worl� have been applied on account to discha�rge Cantractor's legitimate obligations associa�ed with prior Applicai�ons for Payment. 5. The amouz�t of reta�nage wiYh respect to pragress payments will be as described in. subsection C. unless otb.erwise stipulated ix� th� Contxact Documents. CITY OF FORT WORTH STANDARi3 CONST R U C T 10 N SPEC IF IC A T[(l N DDCU44fFN"1'S Revisian: 812312Q21 oo�aoa-a GENERAL CpND IT 10 iV S Page 53 of 63 B. IZeview of ApplicatiQns: City will, after r�ceipt of each Application for Payment, either indicate in writing a recommendaiion o� paymant ar return the Application to Contractor indicating reasons for refusing payment. In th� latter case, Coniractar may mal�e the necessary correctians and resubmit ihe Application. 2. City's processing of �ny payrnent reque�ted in an Application for Payin�nt wvill be based on City's observations of the executed Worl�, and on City's review of ihe App�ication �or Payment and the aceompazzying data and schedules, that to the best of City's l�nowledge: a. the Work has progress�d to the po�nt indicaied; b. the quality of the Worl� is generally �n accordance with tke Contz-act Docuzne�ts {subject to an evaluation n� tkie Worlc as a functianing whole prior to ar upon Final Acceptance, ihe results of any subseque�t tests called £or in the Contract Documents, a final determination of quanti�ies and classi�cations �or Work performed un.der Paragraph 9.05, and any ofiher qua�ifications stated in the recorr�mendation}. 3. Processing any such payment will not thereby be deezned to have represented that: a. inspections made to check the quality or �he quantiiy o�' the Wark as it has laeen perfarmed have been exhaustive, extended to every aspect of th� V4�ork in progress, or involvec� detailed inspections of the Warl� beyond �Yze responsibilities specifically assigned ta City in the Contract Documents; or b. there m�.y not be othex matt�rs or issues between tlae pa.rtias that might entii�e Contractor to be paid additianaclly by City or entztle City to wzthhold payment to Coniractor; or c. Contractor has complied with Laws and Regulations applicable fo Contractflr's perforrriance o� tl�e Worlc. 4. City may refiis� to process tha whole or any part o£ any payznent because af subsequently riiscovered evidence or the results of subsequent inspections or tests, and �-evise or revo�e a�y such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Worlc is de£ective or completed Woric has been daz�aaged by the Cantractor or subeontractors requiring correction or replacem�nt; b. discrepancies in quaniities cnntained in previous applications for payrnent; c, the Contract Price has been reducedby Charage Ord�rs; d. City has been r�quired to correci defective Worlc nr complete Worlc in accordance with Paragraph 13.09, or CITY OF FORT WORTH 57'At�I➢ARJ]CONS'fRTICT[aN SP�GIPICATION �QCUMENTS Re�ision: 8/23/2021 00 �z oo- i GENERAL CON� 1T 10 N S Page 54 oF 63 e. CiLy has actual lmow�edge o�the accurrence of any of tbe events enumerated in Pa�ragra�h 1.5.02.A. C. Retainage.' 1. For contracts less than ��40,000 at the time of e�ecutian, retainage shall be ten percent �IO%). 2. For coniracts greater than $4a0,OQ0 ai the tiune of execution, retainage shall be fi�e percent {5 %}. D. Liquidated Daanages. Far each calendar day that any work shall �emain uncompieted afrt�r the time specified in the Contt'act Docurnents, the sum pex day speci�ed in tke Agreement will be assessed against the moni�s due the Cox�tractor, not as a penalty, but as damages suffered by ihe City. E. Payment: CanL�ractor vcrill be paid pursuant to the requirements of this �rticle 14 and payment will becorn.e due in accordanee with the Cantract Dacuments. F. Reduction in Payment: 1. City may refiise to make payment of the amount requestedbecause: a. Liens ha�e been fil�d in connection with ihe Work, except where Contractor has delivere d a specific bond saiisfactory to City to secure the satisfac�ian and di5charge of such Liens; b. there are other items ex�titling City to a set-off against the amount reeoznrriended; or c. Czty has actual knowledge o£ the accurrence af an.y of the events enumerated in Paragraphs 14.02.B.4.a through 1�.D2.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amour�.t requested, City will gi.ve Contractor w�'itten notice stating the reasons for such action and pay Cantractor any amount remaining after deduction of tlae amount so withheld. City shall pay Conl�actor th� a�nount so withheld, or any adjustxr��nt tlaereto agxeed to by City and Contractor, when Contractor remedies the reasons far such action. 14.Q3 Contractor's War�-ar�ty af Tiile Coz��'actor warrarrts and guarantees that title to all Work, rmaterials, and equipmen.t cavered by any Application for Payment, wheiher incorporated in the Proj ect or not, will pass to City no later than the tin:xe of paymEni free and clear of all Liens. CITY OF FOR'j' WORTI3 STANDARDCONSTRCICTION SPECIF[CATION DOCUM�NTS Re�isian: 8/23/2021 oo�2ao-� GEN�RAL COND IT ID N 5 Page 55 of 63 14,04 P¢r�ial Utilizaiion A. Prior to Fina1 Acceptance of aIl the Wor1c, Caty may use oi- occupy any part of the Work which haa specifically been identif ed in the Contz�aciDocuz�nents, or which City deternaines constitutes a separately fiz�ctioning and usable �art of the Worl� that can be used for its intended purpose without sign2ficant interfez-ence with Contractor's perfozmance o:Fthe remaander n�the Worlc, City at any time may notify Contractor in writing ta permit City to use or accupy any such part of the Wor1� which City determines to be ready far it5 int�nded use, subject to the following conditions: l. Contractor at any time may notify City in �,vriting that Contractor considers any such part of the Worl� xeady fox its intended us�. 2. Within a reasonable time after notification as enumerated in Paragraph 1�.OS.A. T, City a.nd Contractor shall make azz inspection of that part of' the Work to determi�te its status of cnmpletion. If City does not �onsider that part of the Work to b� substa.ntially complete, City will noiify Contractar in writing giving the reasons therefox. 3. Partial Utilization will not cozzstiiure Final Acceptance by City. 1�,05 Finallnspection A. Upor� written notice frarn Contractor that the �ntir� Work is Subs t a ntia lly Complete in accordance with �he Contract Docurraents: 1. Within 10 days, City will sch�dule a Final Znspectian with Contractar. 2. Ciiy wiil notify Contraetar it� writing of aIl partic�la.rs in which this inspection revea�s that the Work is irzcornplete or defective (°`Punch List Items"). Contractor sha11 irnrxiediaiely take such m�asures as are necessary to complete such Wo:rlc or remedy such deficien.cies. B. No time ckarge will be made against �ie Contractor between said date ot' noti£'ication to the City of Substantial CoYnpletion and the da�e of Final Inspeciion. I. Should the Ciry deterrnine t.hat the Work zs not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Cantract Tizne wilZ resume. 2. Should the Czty concur ihat Substantial Completion has been achieved with the exception of arry Punch List Ltez�zls, Contxact Time wil� resuz�e for t�e duration it tialfes for Cantrac�or to achieve Fina1 Acceptance. 14.06 Final Acceptance Upan completion by Coniractor to City's saiisfaction, of atly adc�itionai Work identi�ed xn. the Final Inspection, City wiIl issue to Co�iraetor a Ietter of FinaZ Acceptance. CITY QF FORT WqRTfI STANpARD CQNST R U CT 10 N SPECIP ]C A T ID N DOCUMENTS RevisiDn: 8/23/2021 oa7zao-i GENERAL CON� IT 10 N S Page 5b of 63 14.07 Fina2 Payrnent A. Application far Payrrcer�t: Upon, Final Acceptance, and in the opinian o� City, Contrac�or may make an application �or fmal payment following the procedure for pragress payments in acco�dance with the Contract Doeuments. 2. The final Application for Payment sha11 be accompanied {except as previously delivered) by: a. all documentatian called �or in. the Cont�act Docun�en�s, including but not lir�aited to the evidence of insurance required by Paragrapb 5.03; b. consent of the surety, if any, to final payment; a list of aIl pending ox released Damage Claims agaYnst City that Contractor believes a.re unset�led; and d. affidavits of payments and complete and legally effecti�ve releas�s ar waivers (sati�factoxy ta City) of all Lien rights arising out of or Lie�s filed in connection with tkae Work. B. Paymeni Becornes Due: 1_ After City's acceptance of the .A.pplication for Payment and accompanying documentatipn, requestedby Contx`actor, less previous payments made and any su�n City is entitle d, xncludiug but not limited to liquidated damages, �ill become due and payable. 2. Aft�r all Damage Claims have been resalved: a. dzrectly byihe Contractor or; b. Contraczar provides evidence that the Daznage Claim has been reported to Contractor's insuranee provider �or resolutxon. 3. The malung o£ xhe f na� payment by the City shall nat relieve the Contxactor of any guarantees or other requirements of the Contract Documents whzch specifically continue therceafter. 14.08 Final Completion Delayed ar�d Pa�tial RetainageRelea�se A. Tf final completian of the Wor� is significantly delayed, and if City so confirms, City may, upon receipt of Con�ractor's final Applicatian for Payment, a�d vc�ithout terminating the Coniaract, xnake payment of the balance due for that poz�ion of the Vi�ork �ully completed and accepted. Tf the remair�ng balance to be �aeld by City for Work not fiilly cona�aleted or corrected is less tk�an the retaznage stiptalated in Paragraph 14.02.C, and if bonds ha�e b�en furnished as required in Paragraph 5.02, the writien consent of the surety to the payment of the balance due for tha� CIT'Y OF FORT WORTIi STANDARnCONSTR(ICTION SP�C[PICATION DOCUMENTS Revisian: 8/23/2021 Ofl7200-1 GENERAL GONb IT IO N S I'a$e S7oP63 portion of the Worl� fu11y compl�ted and acce�ted shall be submitled by Coa�txactor to City with the Application for such payment. �uc1� payment shall be made under the term.s and condit'rons govexning f�nal payment, excepti that it shall not constiCute a waiver of Contract Claims. B. Partial Rerainage Release. For a Cantract that provides far a separaie vegetative establishmeni and maintenance, and test ana �erformance peri�ds foIlowing the coxxipletion o:f al1 other canstruction in the Contract Documents for aIl Worlc location�, the City may release a}�ortion of the amount reiained pxovided that all other woric is coznpleted as determined by tlie City. Be%re the release, aIl subrrzittals and £'inal quantities must be completed and acceptied far all other wor�C. An az�n.ount sufficient to ensure Cant�ract compliance will be retained. 14.09 Waiver of Clraitras The acceptanc� of �nal payrnent will constitute a release of the C'rty frotn a11 claims or liabilit ies und�r tk�e Contr�act for anything done or furnished or relating to t}�e work under the Contract Documents or any act or n�glect of City xelated t� or connected �viih fi.he Contract. ARTICLE 15 �- SUSPENSx4N OF WORK AND TERMINATION IS.OI Cl�j1 MCi� SZlS��7BYlG� WOYTi A. At any tzme and without cause, City may suspend the Wozk or any �ortion �hereof by written notice to Contractor and which znay f x the date fln whieh Worl{ wilI be resumed. Cont�actor shaIl resume the Work an the date so fixed. During temporary suspension af the Wark cover�d by these Cont�act Docurza�ents, for any reason, the City will mal�e no ext�a payment for stand-by time o�' eonstruction equipment and/or canstruction crews. B. Shauld the Contractor not'be able ta cornple�e a po:t�ion of the Project due to causes beyond the control of and withont the -fault or negligene� of the Con�ractor, a.nd should it be deteimined by mutual consent of the Contractor and City that a soIution to allaw construciian to proceed is not available within a reasonab�e period of tirne, Gon�racior may requast an extenszon in Gantract Time, directly attributable ta any such suspenszon. C. �f ii should beco�te necessary to sus�end fihe Worlt for an indefuute per�od, the Cantractor shall store all materials in such a manner that they will not obstruct or impede the public ►znnecessarily nor become d�na�ed zaa any way, and he shall take every precaution to prevent damag� or deteriaratian af the work per%rmed; he shall provide suitable drainage about the work, and erect temparaxy structures wh�re necessary. D. Coz�tiractor may be rermbuxsed for the cost o�moving his equipmera.t aff the job and returning the necessary equipmenr to the job when it is deier�aed by ti�e City that construction rnay be resumed. Such r�imbursement shalI be based on actual cost to the Contractor af moving the equipmeni and no pxofit will be allowed. Reimbursement rnay not be ailowed if t.he equipment is moved to anoiher constz-�etifln project for t.�e City. CITY O�' FpR I' Vi+QR`I"I� STANDARDCONSTRUCTION 5PECIFICATI4N bOCUMENTs Revision: 8123/2R2 � oa�2oo-i GENEftAI COND IT !0 N S Pxge 58 of b3 15.02 City May Terminate for Cause A. The occuz�rence of any one or more ofthe follawing events by way o�example, but nat of limitation , may justify terrr�ination for cause: Contractor's persistent failure to perfarm the Wark in accordance with the Contract Documents (includaz�g, but not limited to, failure ta sup�ly sufficient skilled workers or suitable materials or equi�ment, failure to adhere to the 1'roject �chedu�e established under Paragrapi� 2,07 as adjust�d frona time to tizn� pursuant to Paragraph 6.04, oz' �ai�ure �o adhere to the City's Business Diversity Enterprise Ordinance #20020-1.2-2011esiablished under Paragx'aph 6.06.D); 2. Coniractor's disregard of Laws or Regulatian� ofany pub�ic body having jurisdiction; 3. Contractor's repeated disregard of tl�e autharity of City; ar 4. Contractor's viola�ion in any substar�tial way af any provisio� of the Contract Documents; ar S. Contxactor's failur� to proznptly make good any defect in n�ate�ials or warkmanship, ar defects af any nature, the co�ection of u�hich has heen directed in r�rriting by ihe City; or 6. Substantial iud�cation that the Contractor laas made aza unauthorized assignment of the Cantraci or any fiinds due therefrom for the bene�'it of ar�.y creditor or for any other purpose; or 7. Subs�antial evidence that �he Cor�txactor has become inso�vent or ba�l�rupt, or atberwise financially unable ta cazty on the Wark satisfactorily; or S. Contractor commences legal ac�ion in a cour� of caznp�tent jurisd.�ction against the City. B. If one or more of the events identi� ed in Paragraph 15.02A. occur, City will p�avide written notice to Contractor and Su�'eLy to axxxange a confrerence with Contractor and Surety to address Contractor's failure ta perform the Work. Conference shall be held not Iatex than 15 day�, after �-ecei�t of notice. I�the City, the Co�tractor, and �'ie �urety do not agree io allow t�ie Contractor to proceed to perform the consiruction Contract, the City rnay, to the extent permitied by Laws and Regulations, declare a Cantractar deiault and formally te�minate the Cantractor's right to complete the Contract. Contractar default shall not be decXared earlier than 20 days after the Conirac�or and Surety have received notice of conf�rence to address Contractar's failure to perform the Wark. 2. If Contractor's services are termin.ated, Surety shall be ob�igated to talce over and perform �ae Work. If Surety does nat coznmence performance ther�of within 15 consecutive calendar days after date of an additianal writ�en notice demanding Surety's performance af its CITY OF �'dRT W�7RTH S'CANI)ARA CONST RU CT IO N�PEC�F ICA T 10 N �OCUtv1ENTS Revision: 8I23/2021 oo7aao-i GENERAL CflNQ IT Iq N S Pagc 59 af 63 obligations, �hen City, wifil�out �roc�ss ar action at law, ma� take over any portian of the Warl� a.rld complete zt as described belnw. a. Ii City cor�npletes th� WQrk, City may exclude Cor�tractor a.�d ,Surety fram the site and ialce pos�ession of the Worlc, and all rx�aterials and equipment incoiporated into the Woxk stared at the Site or far which City has paid Contraetar or Surety but which are stored els�where, and �inish the Work as City may deem expedient. Whether City or ,Surety completes the Woxlc, Contractor sha11 not be entitled to receive any iurther payrnent until the Work is finisl�ed. Tf the unpaid balance of the Contract Price �xceeds aI1 claims, costs, lnsses and damages s�stained by City arising out o:f or resulting frorri completing the Work, such excess will be paid to Cont�actor. If such claims, cas�s, Iosses a�d datnages exceed such unpaid balance, Contractor sha�l pay the differ�nce to City. Such claims, costs, Iosses and damages incurred by City wi11 bc incorporated in a Change Order, provided that when e�ercising any rights or rernedies under this Paragraph, City shall not be required to obtain the lowest pxice fo� the Worlc perfnrmed. 4. Neither City, nor at�y of its r�sp�etive consulta.rlts, agents, officers, directors or eznplayees shall he in any way Iiable ar accouniahle to Contractor or Sr�rety for the method �y vcrhicl� tne corr�pletion of th� said Worlc, or any portion thereof, may be accomplished or for the price paid therefor. City, notwithstanding tk�e method used in compketing ihe Contraci, shalI not forfeit the right to recover damages from Cont�actor or Surety for Contractor's faiiure ta timeiy complet� the entire Contraci. Contractor shall not be entitled to any claim on accou�t o� the methad usad by City in completzng the Contract. 6. Maint�nance of th� Work sY�all cnntir�ue ta be Contractor's a�d �urety's responsibilities as provided for 'rn tkae �ond requiraments of the Contract Documents or any special guarantees pxovided �nr under ihe Contract Documents or any ather ob�iga�ions otherwise prescribed by law. C. Notwithstanding Paxagraphs 15.02.B, Cflntractor's services will not be terminated if Contractor begzns wiihin seven days ofreceipt of notice af intent to terminate io correct its �ailure to pez�£orm and praceeds diligently to cure s�ch fazlure within no mora t}�aa� 3a da�rs af receipt of said notice. D. VL7here Contractax's services have been so terminated by City, �e tezmination will not af�ect any rights or remedies of City against Contractor then existing ar which may thereaft�r accrue. A,ny retention or payment af moneys due Contxactor by Citiy will not release Contractor from liability. E. If� and to the extent ihat Contractar has provided a perfortnance bond under the provisions of P�ragraph 5.02, the termination procedures of that b�nd shall nofi supers�de the provisions of this Article. CFI'Y OF' FORT W(3ItTH STAN[3AKD C�NST R U CT ]0 N SP�C �F IC A T[D N DOCLIMENTS Re�ision: 8/2312a2 [ 00 �2 oa - � GENERAL CdNQ IT 10 N S Pa�e 60 of G3 15.03 City May Ter�minate For Convenience A. City may, without cause and without pre}udice to any other rig�t ar remedy of City, terrninate the Contract. Ariy termination shall be effec�ed by mailing a notice of the tern�ination ta the Contractor speczfying the extent to which performance o£ Worlc un.der the con�ract is terminated, and the date upon which such terminati.on becoxnes effective. Receip� of th.e notice shall be dee�ned conclusively presumed an.d esta.blished when the lettex is placed in the United �tates Postal Sert�ice Mai1 by the City. Further, it sha11 be deem�d conclusively p resumed and established that �uch �ermination is rnade wit�. just cause as thereiz� sfated; and no proo� in any claim, demand or suit shall be required of th� Ciiy regarding such discretianary actznn. B. After receipt of a notiee �� tiermination, and excepi as o�herwise directed by the City, the Contractor sha11: 1. Stop woxk under the Contract on the date and to �he extent s��cified in the notice of terzx�ination; 2, place no iurtiier arders or subcantracts for materials, services or £acilities e�cept as may be necessary �ar completian of such poxtion of the Work under ibe Contract as is nat tertnivaat�d; 3. termin.ate all orders and suhcontracts tr� the e�ctent that they relate to the pexformance of the Work fierminated by not�ce of �ermination; 4, transfer title to ilae City and deliver in the manner, at tlae times, and to tb.e ext�nt, if any, directed hy the Ciiy: a. the fal�ricated or unfabricated parts, Work in pragr�ss, completed Work, suppli�s and other material p�roduced as a part o�, or acquired in connectian wi�h the performance of, th� Work terixzinatied by the no�ice of the terrmination; and b, the cdmpleted, or partzally com�pleted plazas, drawings, information and other property which, if the Cnnt-�-act �iad been completed, would have been requirad to be fiirnis�ed to the City. 5. compleie perforrnance of such Work as sha11 n.ot have been termina�ed by �lie notice of tenmination; and b. take sucb aciioz� as may be necessary, or as the City may di�ect, for tlne protectian and preservation of the p�operty related to its contract which is in t�e possession of the Contxactor and in which the owner has or may acquire the rest. C. At a time not later tk�an 30 day�s after the termination daie s�eciiied in the notice of termination, the Coniractor may submit ta th� City a list, certi�ied as to quantity and quality, a�' any ox all items of termination. inventory not previously disposed of, exclusive c�f items the disposition of which has been directed ar authorized by City. Cii'Y OF FORT WDATH S'PANDARDCONSTRUCTIqN SPECIFiCATION �flCUMENT3 Revision: 8/23/2021 0072�D-i GENERAL COND IT 10 N S Page 6I Qf G3 D. Noi later Y.�an 15 days th�reafter, the City shall accept tiile to such iterns provided, that the list �ubmitted shall be subjeci to verification by t%e City u�on removal of the items or, if the items are st�red, wzthin 45 d�.ys frorh the date of subznission of the Iist, and any necessary ac�justments to correct the Iist as submi�ted, shalZ be made prior to final setil�ment. E. Not later than 6Q days after the notice of termination, ihe Contractor shall submit his t�rmination claixn to the Czty in the form and with the certificatian prescribed by th� City. Unless an extension is made in writing within such 60 day pexiod by i�e Contractor, and gra.z7ied by the City, any and a.11 such claims skaall be conclusiv�ly deemed waived. F. Tn such case, Coni�actor sha1I be paid for (without duplicat�on of any iterra�}: 1. corx�pleted and accept�ble VVork executed in accordance with the Coniraci Documents prior to t�he effective dat� o�termination, including f�ir and reasonable sums for averhead anc� prof t aa such Wark, 2. exp�nses sustained prior to the effec�ive date q� terminatxan in �erfo,rming services and fiarnishing Iahar, materials, or equipment as required by tne Con�ract Documents in connection with uncompleted Woric, pIus fair and reasonable sums for overhead and profit on such e��enses; and 3. xeasonable expens�s directly attrlbutable to terminatia�. G. In the ev�nt of the failuze of the Contra�tor and City to agree upon the whole amount to be �aid to the Contractor by reason of the termination of tl�e �7Vorlc, the City sha11 determine, on the basis of in�'ormation available to zt, the amount, if any, due io the Cont�actor by reason o�Fthe ter�ination ana shall pay to the Contractar the amounts determined. Contractoar sha11 not be paid on accout�t of Iass of anticzpated prafits �r revenu� or other eeonomic loss aris�ng out oi ox resulting from such termination. ARTICL� 16 — DxSPUTE RESOLUTZON �6.QI Methods and PYocedures A. Either City or Contractor ma.y request mediation of aziy Contract Clai� submitted for a d�cision under Paragraph X 0.06 before such decision becames fmal and binding. The rec�uest for mec�iation shall be submitted to the other pa.rty to the Contract. Timeiy submission of the �equest shall stay tke effect of Paxagraph 10.06.E. B. Cit� and Contractor shall participate in the �ediation process in good faith. The pracess shall be co�nmenced within �Q days of filin.g of the request. C. If the Contrac� Clairn is nat resolved by �ediatioz�, City's actian under Paragraph 10.�6.0 or a denial pursuant ta Paragraphs 10.06.C.3 or 10.06.D sha1I b�come finai axzd binding 30 da�s after termination o�the mediation unless, witbin that tizne period, Cit� or Contractar: CI'I'Y QF �ORT WORTH STANDARp CONST Ril CT IO N SPECIF ICA T IO N�QCU�i�NTS REV15I071: 8�23�0�. j 007200-I GENERAL COND IT 10 N 5 Page 62 of 63 elects in writing to ir�voke any' other dispute resolution pracess provided for in tke �upplementary Conditions, or 2. ag�'ees with the other party ta submit the Cantract Claim to anoik�er dispute resolu�ion process;ar 3. gives writ�en n.atice to the other party of the intent to sul�mit the Co�tract Claim to a caurt of campetent jurisdiction. ARTICLE 17 — MCSCELLANEOUS 17.fl1 Giving Notice A. Whenever any provision of f,l}.e Contraci Dacuments requires the giving o�written notice, ifi will be deemed ta ha�e been validly given if: delivered in person to the individual or to a member of the firixa ar to an Officer of the corporation far whom it is inte�ded; ar 2. delivered at or sent by registered �r certified mail, postage prepaid, to the last business address J�nown to the giver of ihe natice. B. Business address c� anges ixaust be promptly made in writing to the other party. C. Whenever the Contract Documents specifies gi�vin� n.a�ice by elEct�on.ic means such electronic notic� shall be deenned suf�cient upon coniu-�natian ofr reeeipt by the receiving partX. I7.Q2 Campu�ation of Times i�Vhen any period of time is ref�rred to is� the Contract Documents by days, it wiil be camputed ta exclude the first and include the l.ast day of sueh peri�d. Tf the last day of any such period falls on a Sai�arday ar �unday or on a day made a legal haliday the next Wor�ting Day shall became t�e Iast day of ik�e period. 17.03 Cumulative Rernedi�s 'I'he duties and ohligations imposed by these General Conditions and the rights ax�.d remedies available hereurader to the parties her�to are in addition to, and are not to be co�strued an any way as a limiia tion of, any rights a�.d remedx�s a�ailable io any or all of them which are otherwise imposed or available by Laws or Re�ulat�ons, by special warranty ar guarantee, or by other provisions of �he Contract Documents. The provisians o£ this Paragraph will be as effecti�e as if r�peated specifically in tk�e Cantract Dacuments in conn�ction with each particular duty, ohli�ation, riglnt, and rem�dy to which they apply. CITYOFFORT WORTH STANDARDCONSTRUCTION SPCCIFICATiqN DOC[]MGNTS Revision: 8L2312021 ao7zoa-� GENERAL COND fT 10 N S Pa�e 63 oF 63 17.04 SurvivAl of ObZigaiions A11 representaiians, indemni�ca�ians, wa:rr-araties, and guararitees mac�e in, required by, ox given in accordance urith the CQntract Documents, as well as all continlung obligatidns indicated in �e Co�.tract Documents, wili survive f�nal payment, completion, and acc�ptance of the VCjarl� or ternninatian or completio� o�'the Contract or t�rrnination of ihe services of Contractor, 17.05 Headings A�rticle ar�d paragraph headings are inserted for convenience anly a�d do not constitute parts of these General Conditions. CITY OP FORT WaTt'TT-1 5T ANI7ARD CONST R U G T 10 N SYECIF [CA T Ig N➢OCUMEN7S �CVl5fOl1: ��Z���i�� � 00 i3 00 SUFPLEMENTARY CONI]ITIOIVS Page l af 7 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITION� jT�t i1z Biue is for itiforntatrora or guidar�ce. Reratove all bl�e text in the fir�ral proJect docu»:ent. j Supplementary Condit�ons These Supplementary Conditinns modify and supplement Section 00 72 04 - General Cond'stions, and other provisions of the Contract Documents as indicated below. All provisions of tkie Gene��al Conditions tl�at a�-e modified or supplernente:d remain in fuIl farce and effeet as sn modified or supplemented. All pro�isians of the General C�nditions which are nat so modified or supplemented remain in full force and effect. De�ned 'Terms The terms used in these Supplen�entary Condirions which are defined in the Generai Conditions have the meaning assigned to them in the General Conditions, unless specifically notad herein. Madiffcations and Supplexnents The following are instxuctions that cnodify or supplemer�t speciiic parag�aphs in tbe Geneial Conditions and othes Contract Documents. SC-3A3B.2, "Resalving Discrepancies" Plans govern aver Specifications. SC-4.OlA Easement limiis shown on khe Drawing are appraximate and were provided to establish a basis fox bidding. Upon r�ceiving the final easements descriptions, Contractor shall compare them to t.�e lines shawn on th�: Contzact Drawings. 5C�4.01A.1., "Avaiiability oiLands'° The following is a list af known outstauding right-af-way, andlor easements to 6e acquired, if any as of (Month Dcry, Year this document wcrs prepared]: Outstand'rng Right-Of-Way, andlor Easements tn Be Acqui.red PARCEL OWNER NUMBER <If there is rtone then wride „Nane"> TARGE'I' DATE OF POSSESSTDN The Cont��a.ctor understands and agrees that ihe dates fisted above are estimates anly, are not guaranteed, and do not bind the City. If Contractor considers tk►a final easemenis provided to differ materially frorn the representations on the Contz�act Drawings, Cont�actor shali w€thin five (5) Business Days and be%re Qxoceeding with the Worlt, notify City in writing associated with the di�£ering easement liile locations. CTTY OF FORT WDRTS Play��ow�d Replacement at Qaklmrst, Worth Heigl�ts, Hairold Park STANDARD CONSTRi3CTIO�i SPECITICATION BOCT1MEIdTS 102464, 102465, 1024G3 Revised MarcU 9, 202d UO 73 00 SUPPLEMENTARY CONDITIOI�iS P�ge 2 of 7 SC-4.Q1A.2, "Availabil'rty ofLands" Ut�Iities or obsfructions tp be removed, adjnsted, and/o�� retocated The following is list of utilities and/or obstructians that have not beei� removed, adjusted, and/or relocated as of �Montla Day, Year t�is docunaent was prepared] EXPECTED UTILITY AND LOCA'I'ION TARGET DATE OF OWNER AD�[JSTMENT <If there is nane then �vr�ie "None "� ' The Contractor understands and agx•ees that tl�e dates listed a6ave are estimates on1y, are not guaranteed, and do nat bind the City. SC-�.02A., "Subsurface and Physieal Conditians" The fdllowing are reports af exploratio��s and tests of subsuz-face conditians at the site of the Work; A(list any kind nf Techn�cal cl�cument. If'nw�e then write "Nor�e'] Repoi� No, dated , prepared by `narne of conzpatry p�eparita�- ths report], Coptionaf note v�?hen applaca6fe] a suU- consultant of �iaanze of th.e pr�irrae desigrier], a cansultant nf the City, praviding additional informati4n on �fhe subject ilie r�e�ort is al�oui] The following at•e drawii3gs of physical c.onditions in or eelating to existing surface and su6surface st�•uctures (except Utidergrot�nd Pacilities) �hich are at az� contiguaus to the site of the Work �LisL each d�°cttiving applic�tbl� to lhis speeiftc project: ,Sheet Tille, Dale, Firn� prepat•ec�` by, If no�ae ihen ws•i1e "Norze'] SG4.06A., "Hazardous Environmental Conditions at Siie" The following aire repnrts and drawings of existing Ilazardous environrnental conditions known to the City: (Lisc any Icitsd of 7"echnical Dacument �r Dr•awing meeiir�g the above specr.fic to Clzis Project. If raoiae then yvrite "None'] SC-5.03A., "Certificates of Insuranee" 'I'he entities listed below are "addi�ionai insureds as their interest rrjay appear" including tlaeir respec�ive officers, directors, agents and employees. { 1 } City (2) Consultant: Clnsertfull legc�l ncrane ofEnganeering Comparay(s) orArchitect(s) perforining co�astructiora phase services, If none tke�: write ` Norze'] (3} Other: �Inseri full legral nar�te of additional entity(s) thczt City requires to Ge �n addttio�sal insured, i. e. Landowne�, Railroacl, Etc. If norae xhen write "Nonc'J �Obtain approval far the lin�its slzawrt for SC 5.04�I ihru 5. D4D, fr•arrr City before fi.nallzing Cantract Docurnents] SC-5.04A., ;�Cuntractor's Insurance" C1TY OF FORT WORTH Playbnr,und Replace:�ient at Oaklmrst, Worth Heights, Hannld 1'ark 5TAN17ARD CONSTLtUCTIOl�ISPECIFICATIDNDOCUMENTS 1p2�}64, (02965, 1024G3 Revised 3vlarcl� 9, 2420 4Q 73 {Jd SUPPL6M�I�TARI' CONDITIONS Pa�e 3 of 7 Tl�e limits of liabiliry for the insui'ance required by Paragraph GC-5.0� shall p�-avide the following coverages for not less than the %llowing amouilts or greater where required by laws and reguIations: 5.44A. �lorlcers' Compensatian, undex Paragi-aph GG5.04A_ Staiutary limits Enaplayer's Iiability $100, 000 each accident/accurrence $100,Q(JO Dasease - eaeh emplayee �S.5110, oaa Disease - policy lirnit SC-5.04B., "Contractor's Insurance" S.04B. Commercial G�neral Liability, undez' Paragraph GC-5.44B. Cont�actor's Liahifity InsuY'ance under �'aragz�aph GC-5.04B., which shall be on a per proj eet basis coverin.g tlie Contractor with minimum limits of $I, DOQ, 000 ecrch accurp�ence $2,000,ODO aggregate lirnit The policy must have an endorsement (AmEndment — Aggregate Limits. of Insurance) cnaking the Ganeral Aggregate r,�mits apply separately to each job site. The Commercial Geneial Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such cove�age must be shown in the Remaxks Article of the Certificate oflnsurance. SC 5.04C., "Contractoi's Insurance" 5.04C. t�uto�obile Liabiliry, under Paragraph GC-5.04C. Contractor's Liability Irzsuranee under Paragraph GC-5.04C., which shali be in an amatmt nat less tkian the following amounts: (1) Automobile Liability - a commercial business palicy slzall provide coverage on "Any Auto", defined as autos awned, hired and non-owned. �1, OQO, 000 each accident on a cambined single limit basis. Splzt limits are acceptable if lirnzts are at least: ,�2.54, 000 Bodily In�ury per pe�son / �50Q,000 Bodidy Injury�er� accident / $IOp,OOD Pra,��erryDarrrage �C-5.04D., "Contractnr's Insurance" The Contz'actor's constzuction activities will require iis employees, agents, subcontractors, equipment, and rnaterial deliveries ta cross raiiroad prapei�ties and k-acks (owned and apera.ted by IZc�ilroad cotraparzy num.e. If none then write "None"]. The Contr•actor shaIl conduct its operations an aaifroad pY'operties in such a manner as not ta interfere with, hiader, or obsttvct the rail�•oad company in any manner whatsoever in the use or aperation af its/thsir t�•ains or aiher p�•operty. �uch operations on railroad pz�aperties may i•equire tlsat Conta�actor to execute a"Right of �ntry Agreement." with the particular railroad coznpany or connpanies involved, and fio this end the Cont��actor� should satisfy itself as to tlie requirements of �ach raiiroad company and be prepared ta execute the right-of-entry (if any) reguired by a railroad companq. The requirements specified herein likewise relate to the Contractor's use of p��ivate andlor consttuction access roads crassing said railroad campany's praperties. C1TY (]P PORT WOFtTH STA�lDAR17 CONS'I'RiTC.TION 5PECIFICATION DOCUMSNT� Revised MaC•c4� 9, 202D Playgrnttnd Replacement at Oakltnrst, Waith Heights, Hatzold Park 102454,102465,1Q24b3 na 73 ao ST TPP �,EMEN'C'ARY C07VDITIONS Page 4 af 7 The Contractual LiabiIity co�erage rec�uiz•ed by ��agraph S.44D ofthe General Conditir�ns shall pro�ide coverage for not �ess than the fnllowing aanounts, issued by companies satis:factory to ehe City and tQ YI-►e Railroad Company %r a tezm that cnntinues for so long as the Conta•actor's operat�ons and wo��k cross, occupy, or touch railroad pz�operty: {1) General Agg��egate: $Con irrrz Limits with Railroad (2) Eaci� Occiu•rence: $Cara. f rm Limits with Rraalroad Requit-ed for this Contract _ Not reqacired for this Contract <Provide afa `X" ne�C to the appropraaLe selectiora above based ors the Contract r�e�uiremenis� With respect to the above autlined �nsurance requirements, tl�:e following shatl govern: 1. Where a siilgle raik�oad co�npany is involved, the Contractar shall �rovide one insurance policy in the natne of the raila•oad cornpany. However, if more than ane grade separation or at-grade crossing is afFected by the Project al entirel� separate locatioils on the line or lines of t�e sarne railroad company, sepa��ate coverage may be required, �ach in the amount stated above. 2. Where more than ane railroad compaiiy is aperating on the sa�ne right-of-way or where several railroad cornpanies axe involved and operated an their own separate rights-of-way, ehe Contractor �nay be required ko provide separate insura►1ce policies zn the name of each railroad �ompany. 3. If, in addition ta a:geade separation or an at-grade crossing, other work ar activity is proposed an a rail�•oad compart�'s right-of-way at a locaCion entirely separate from the grade separation ar at- grade crossing, insurance caverage for tli�s work must be included in the �olicy covering the grade separation, 4. If r�U �ad� separation is involved but otl�er work is prop.osed on a railroad company's right-of- way, all sucl� other �+nrk ffiay be coverec! in a single policy for tliat raih•oad, even thougl� the work may be at two or more separate locacions. No work nr activitiss on a railroad company's property to be perfarrrzed by the Cogtractor shall be eomrnenced unti] the Conri�actor l�as fiarnished the City wiCh an oxiginal policy or policies of the insurance far each railroad company nazned, as required a.bove. All such insurance must be approved by tlze CiLy and each affected Railz•oad Company pz-ior to the Con�•acto��'s beginning worlc. The insurance speci�ed abave must he carried uiitil all Worlc to be perfni�ned on the railroad right-of �vay has been completed and the grade crossing, if auy, is no loiiger used by tha Go�ztractor. In addiiion, insuranc� inust 6e carried during all maintena«ce and/or repair wark performed in the railroad rzght-of way, Such inssua��ce must narne the raih•oad cQmpany as the insured, together with any tenani or lessee of the railroad campany operating over tracks iuvolved in the Project, SC-6.0�4., "Project Scherlule" P`roject schedule shall be tier <1, 2, 3, 9, ar 5� for ihe project. SC-6.07., `°Wage Rates" 'I'he following is the prevailing wage rate taUle(s) applicable to this project and is provided in the Appendixes: <List tlae prevailing wage rate table{s} ttpp�ierable ta the type of caJtsfr�tectiarx beir�g pravirled in this contrnct� CITY OF FORT WqRTH Playgi•ound Replacement al pakkturst, Worth Heights, Han-old Park STANDARD CONSTRUCTION SI'�CIE'ICATIOI�! DOCUM�NTS I 02464, 1024G5, 1024G3 Revised Marc�a 9, 2020 00 73 UO SUPALEM�NTAEtX CONijITIONS Page 5 af 7 A copy af the tahla is also available by accessing the City's website at: htt s:lla s.for�warthtexas. ov/Pxo'ectRe�ourcesl You can acce�s t�e �tie by following tb.e directory path: 02-Construction DocumentslS�ec�fications/Di�vQO — Genera� Condition� SC-6.U9�., "Permits and Utirities" SC-G.09A., "Cantractor obtained permits and licenses" The follaw�ng are Icnown permits andlor licenses required by the Cont��act. to be acquired by the Contractor: �If none fhen write `�one". 1. <List all kraawn permits or lacenses thad ar^e bei�zgpr'ovtdecl by tl�e Co�atrcacta7� to TCEQ� 2, <,Z,isi aL! other lcnotvn perrnits ar lice�tses tl�at are being provided by the Con.tractar� SC-6.A9B. "City ohtained permits and licenses" The following are known permits and/or lieenses required by Yhe Contract ta be acquired by the City: <If no�ae tl�eti write Nofze ", 3. <List aIl klaawr� per�mits or• licenses tl7ai a�-� being pT•ovided by the City to TxD075 4. <List adI lc�xowia per�rnits or dicerases lhat are bei�zg pr•ovzded by the City to USACE> 5. <�,is1 ald kraaw» pet�mifs or Ifeerases tFtai are betrzg pr•ovided by the City to TC�Q> b. <I,isi al! knaw� permits or licenses thai are being pr^ovided by the City to Railrocacl� SC-6.09C. "Outstanding permits aud licenses'S The following is a list of known outstanding permits and/or licenses to be acquiz`ed, if any as of �Mor�tla Day, Yea�^ this document w�s prepar�edJ: Outstanding Per�nits andlor Licenses ta Be Acquired Ow��R PERMTT OR LICENSE AND LOCATZON c.�f theYe is none thsn wYite "None"� TARGET DATE OF P�SSESSION �Insert the fof7owing ifFedera! assisfance is praviderl for ira this Coniruct� SC-6.248., "Title VI, Civil Rights Act of 1,964 as amended" Duziug the perfarmance of this Conhact, the Cantractor, for itself, iYs as.sigr�ees and s�xccessors in interest (hereinaf�er refert'ed to as the "Contxactor") agrees as follaws; 1. Complia�ce with Regulations: The Contractor shall eomply with ihe Regulation relative Co nond�scrirnination in FederaTly�assisted programs of the Departnlent of Transportatian (hereinafter, "DOT"} Title 49, Code of Federal Regulations, ParC 21, as they may be amended �rom tim� to time, (hereinafter refert'ed tp as the Regulations), which at�e herein incoiporated by refe�•ence and made a part of this contract. 2. Nondiscrimination: The Cont�actar, with regard to the work perform�d by it during the contract, shall not discximinate on the grounds o£ race, color, or national or�gin, in the selectio.n and retention of subcor�tractors, including procure�x►ents of niaterials and leases of equipment. The Contractor sha11 not participate either directIy or indirectly in the discrimination prahibited Uy 49 CFR, seciifln 21.5 of the Regulations, inciuding amployment practices wl�en the contract covez-s a prograu� set fo��th in Appendix B of the Regi.�latidns. CTI'Y OF FORT WOStTH STANDt�1RI] CONSTRUC'fIOI�I SPECIFIGA'I'IQN DOCUMENTS Revised iV[arcli 9, 2020 Playground Replacement at Oakhui5k, Wortli Heights, Haerold Pu�k ]02464,102465,102463 on �3 00 SUPPLEMENTARY C�NDTTIONS Page 6 of 7 Salicitat'tons for Subcantractars, Yncludiug Prqcuremenis af Materials aqd Equipz�nent: In all solicitations eifiher by cornpetitive bidding or negotiation madc by t�e conti�actor for work to be performed undei• a subconh�act, including prociu�ements of materials or leases of equipmenC, each potentia] subcontactor ar supplier shall be notified by the Cont��actor of the Contt�actar's obligations undez� this contract and the Regulations r�lative to nondiscrzinination on the grounds of race, color, or natianal nrigin. 4. Information and Reports: �"he Contractor shala prnvide all infox•mation and reports required by the Regulations or dirccti.ves isstted purse�ant thereto, and shall pe�mit access ta its books, records, accounts, ather sources of informatioii and its facilities as may be determined by City or the Texas Depaitment of Transpoi�tat�on io be pertinent to ascei�tain conlplianee with such Regulations, o�•ders and instructions. Where any informafi�on z•equired of a contractor is in the exclusive possession oi another �vho fails ot• refuses to furnish this information the contractoa• shall sn cer�ify to the City, or the Texas Department of T3-ausportation, as appropriate, and shall set forth ivhat efForts it has made to obtain t��e informatioil. S. Sanctians for Noncompl.iance: In tlle ev.ent of the Contxacto�-'s noneomplianee with the nondiscriminatinn provisions of this Contract, City shall impose such caniract san�ctions as it ar ttze Texas Depaz•�ient o� Transportation may detelmine io be appropriate, including, but nat linuted to: a. withholding of payments ta the Con�-actor under the Cantract until the Contsactor complies, and/or b. cancellation, termination or suspension. of the Contraet, in whole or 7n part. �. Incorpot-ation of Provisians: Th� Contractor shall include the provisions afp�•agraphs (I) thraugh (6) in every subcontract, including procurements of mate�-ials and ]eases of equipment, unless exennpt by tbe Regulatians, ar du•ectives issued pursuant thet•cto. Tha Coni��actbr shall talce such action with respect to any subcantract ar procurement as City or the 1"exas Depat-tment of Transportatio�i rnay dir�ct as a means af enforcing such provisions including sanctians for noz�-compliance: Pravided, howev�r, that, in the cvent a contractor becomes involved in, oz' is threatezled wiih, lit[gation with a subcontractor or se�pplier as a r�sult of such direction, the cant�aetor may requ�st City ta enter into such litigatian to protact the interests of City, and, in add[tion, the cont�•actor �nay request tYte Utiited �tates to enter into such ]itigation to prntect the interests nf the United States. Additional Tztle VI requirements can be found in t}ze Appendix. SC-7.q2., `°Caordinatioq" Th� individuals ot� entities listed belaw Ytave conh°acts with the City far the pe��oz�raai�ce of other wo�•k at the Sit�; tlze tr�Gle 6el�w tivitia the Ve�idor <Lisi.faadl YerldorNar�ze� e arired in orrrtation. 1 none the�� wa•ite ' 1Vone "> Sco e of Work Coord�natian r <Listservicesbein rovicled> <�ist "C1'7Y"> SGS.01, °°Comm�nications to Contxacfor" <Icfent� cany speci�c conzfnunicatio�a eoorc�ination requirement anc�for dist any Secfio�a that rec�uares such specific coordination reqarire�aaen.t� 5C-9,U1., `°City's Project Manager" CITY OF FORT WORTH Playground Replacement at Oakhurst, Wni#h Heights, Ha�rold Park BTANDARI] CONSTRLfCTION SPEC`IPICATIOI� DUC�JMENTS 1.024b4, 1024G5, 1024G3 Revised IVlarcl� 4, 2020 oa 73 00 S[JPPLEMEI`[TARY CONDTTTO�fS Page 7 of 7 The Ciry's Proj ect Manager for this Contract is �Inserf Name>, or hisllle� successor piusuant to writEen rioti�'ication fram t�e Director of <Insert 1blalzaging Departmerr�. SC-13.D3�., "Tests and Inspections" <List any tests ancd/or inspectians that dre reqacired I�y another body ofjurisdictiora being covered by the City, if none ihen wr'iie "Nane "� 5C-16.O1C1, "Methods and Pracedures" <List any dispute resoluiian process that may goverr: for this Cantract ather tl:an t]�at provided far tlrticle 1 S o,�dhe Geraeral Cattdiltotas, if r�o.ne lhen wrife "Norie "> END OF SECTION Re�isian Log DAT�, I NAME 1 f22120 7 6 3/9/2020 SUMMARY OF CHANG� F. Griffin SG9.04., "City's Project Represanfative" wording changed to City's Project Manager. p.V. Magana S' h61�7� Updated the link such that files can be accessed vi� the City's C1TY O�' FOAT WbRTH Playge•ound Re�lacemen[ at O�klmrst, Woi1h Heights, Harro3d Park STANDARD CflAI5TI2UCT10N SPECIFICATION 17QCUML�NTS 102464, 102465, ]02463 Itevised Marcli 9, 202D o� �ioo-� SUMMAI�Y OF WORK Pagc 1 oF3 sECTzor; fl11� o0 SUMMARY OF WORK PAR�' 1- GENER A f, T.1 SUM1ViARY A. Section Includes: Z. Summary of Worlc to be perforrried in accordance with the Contraet Documents B. De�iations from t�is City of Fnrt Woi�h Standard Specification 1. None. C, Relaied Speci�ica�ion Sections inelude, but are not necessarily lirzzited to: 1. Division Q- Bidding Requir�ments, Contract Forrns, and Conditions of the Contract 2. Division 1- Genera! Requirei�ents 1.2 PRICE AND PAYMLNT PROCEDiTRES A. Measurement and Payment 1. Worl� associated vvith �his Item is considered subsi�iary to the variaus items bid. No separate payment will he allowed for ti�s Item. 1.3 REFERENCES [NOT USED] 1.4 ADNIIlVISTRATIVE ItCQi]IREII�NT� A. Wot•k Cavered by Coz7tract Docut�rzents Worlc is to iiiclude furnishing all labor, materials, and equipZnent, and perforiniilg all WorIc necessary far this construction project as detail�d in the Drawings and Specifications. B. �nbsidiary Work Any a�d aIl Worlc specifically governed by docuinen#ary z'equirements for the pxoject, suc� as condztions imposed by the Drawings or Contract Documents in wliich no sp�cifie itenrz for bid has been p�•ovic�ed for in the Proposal and the item is not a typical unit bid item included on the standard bid item Iist, �hen the item shall be considered as a suhsidi�ry item of Worlc, the cost of �which shall be included in the price bid in the Proposal %r variaus bid items. C. Use o�Pr��nises 1, Conrdinate uses of premises under dieectian of tha Ciry. 2, Assume full respa�sibility for p��otection and safelieepi�z� of materials and equipment stdred on tlae �ite. [Ise and occupy only porfions of the public streels and alleys, or ather public places or ofl�er rights�af way as provided for in the ot•dinances of the City, as shown in the Contz'act Documents, oa• as �ay be specifically autha�•ized in writzng by the C:ity. a. A reasonable amount of taols, raaateria�s, and equipment fi�r consh�uction puipases �ay be storcd in such spaee, but no mote that� is necessary to avoid delay in t,he con�truction operatinns. CITY O� FCIRT WOR7�i Playground lteplacen�ent 1t Oakhurst, Wortli Hei�hts, I-Ean�otd ?ark STA�IDARD CONSTRUCTIOA SP�CIFICATION �OCUMEIVTS Revised December 2D, 2p 12 [ 02464, ! Q2465, I 024b3 os �ioo-2 SUMMARX OF WORK Pa�e 2 of 3 b. E�cavated a�d waste inatexials shall be stored in such a way as not to interFere with the use of spaces that zx�ay be designafed to be left free a�d unabstructed and so as not to inconvenience occupants of adjacent prnperty. c. If the street is occupied by railroad tracks, the Work shall be carzied on in such manner as not to interfere vvith the operatian af the railro.ad. 1) AIl Wark shall he in accordance w.ith railroad requirements set forth in Division 0 as uvell as t�e railroad permit. D. VJarIc within Easements 2 3. �. D� not enter upon private prroperty far any puzpos� without having previonsly obtained perm'tssion from the owner af such property. Do not store eqUipment or material on pri�ate praperty unless and un1;'tl the specified appraval af the prope��ty owner has been secured in vvriting by the Cont�actor and a copy iurnished to the City. Unless specifieally provided otherwise, clear all riglats-of-way or easements of obstr-uctio�s whick� must be removed to m.ake possible praper prosecutian of ihe Work as a pa�� of the px•oj ect cozistruction op�rations. Preserve and use every precautio� to prevent damage to, aII trees, shr�bbez-y, plants, Iawns, fences, GLIIV�I't5, curbing, and al� ather types of structures or improvements, to all water, sewer, and gas kines, to a11. conduits, overhead pole lines, ar appurtenances tlaereof, including t�e construciiota of temparary fences and to al� other public or private property ad3acent to tl�e Wark. Notify the proper repre�enta�i�es of tlie awner,� ar occupanta of the public or private la�ds of interest in lands vvhich might be affec�ed by the Work. a. Such natice shall be made at least 48 hours in advanee of the beginning of the Wark. b. Notices shall be applicable to both public and privaie utility companies and any �orporation, company, iadi�vidual, or ath.er, either as ownexs c�r occupants, whose la.nd or interest in land nnight be affected by th� Work. c. Be responsible far all dannage or injury to property of any character resulting frarrt a�ay act, nznission, neglect, or miseonduct in the manner or method or execution of the Work, or at any tinae due ta defecYive work, material, or a. b. c. equipment. {. Fence Restore alI fences enc�untered and removed durixlg construction of the Project to the original ar a better than ariginal condition. Erect temporary fencing in place of the fencing removed whenever tl�e Work zs n.ot in progress and vvhen tUe site is vaeated oveinight, andlor at a11 times to provide site security. The cost for all fence work within easements, including removal, temporary closures and replacement, shall be subsidiaty to the various ztema bid in the prajeet pt•aposal, unless a bid item is specifically provided in the proposal. CTiY OF FORT WORT�i Playgrnund Replacesnent at Oakl�urst, Worklt Heights, Ha�rold P� STAAFDARD CQNSTRUCTTON SPECIPICATION DaCUMENTS 1024fi4, 102465, 1024 Revised Deceniber 2a, 2012 0� IIOD-3 SUTMMARY OF WORI� Page 3 nf 3 1.5 SCTBMITTALS [I1IOT USED� 1..6 ACTYON SUBMITTALS/INFOI2MATIONAL SU73MITTALS [NOT USED] 1.7 CLOSEOUT ,SUB11uTTALS [NOT i7SED] 1.8 MArNTENANCE MATERIAL SURMITTALS jNOT USED� 1,9 QIIALITY ASSUR�NCE [NOT iISED] L1Q DEL�VERY, STORAGE, AND HAIVDI,ING [NOT U�ED] Z.X1 FIELD [SITE] CONDITIONS [NOT USED] 112 W�RRANTy [NOT U9ED] PART 3� - PRQDUCTS [NOT LTSED] PART 3 - EX�CUTION [NOT USED] END OT+ SECTION DATE � N�ME Revision Log 5�711!IMARY OF CHANGE CIT'Y OF FOR1" WORTH STANDA[ib CON5Tl�UC'fION SPECIFICATIpIV BOCIIMENTS Playground RepIacen�ent at Qakhu�st, Wortl� Hei�hts, Iiaitnld Pa��k Revised December 20, 2fl 12 I 02464, 102465, I 02463 os2soo-i SUI3STITUI'ION PROCEL7UR�S Page 1 0�4 sECT�o�v oi 2� o0 SUBSTITLTTION PROCEDiJRES PART l. - GENERAL 1.1 SiJMMARY A. S�ctio� Includes: 1. �'he procedure for requesting the approval of substitution of a praduct that is nol equivalent to a product which is specified by descripkzve or performance criteri� or de�ned by reference to 1 or moz-e 4ithe following: a. Name of znanufacturer b. Name of vendor c. Trade name d. Catalo� number 2, Substiiutions ate not "or-equals". B. Deviations from this City of Fort Worth Siandard Specificafaon I. None. C. Related Specificatian Sections include, but are not necessarily lim�ited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions o�t�e Contxact 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measuremsnt and Payment Work associated witia this Item is considered subsidiary ko the various items bid. Na separate payment will be allowed far this Item. 1.3 REFERENCES [NOT USED] 1.4 AD1VII1�lISTRATIVE REQiJ1REMENTS A. Request for �ubstitution - General 1. Witliin 30 days a#�er award of Contract (unl�ss nated othei-wise), the City wi11 consider for�nal requests from Coni�actor for substitution af products in place of fhose specified. 2, Certain types af equipment and kinds of material are described in Speci�ications by mearis �i references to names of manufacturers and vendo�s, trade names, nr catalog numbers. a. When this method of specifying is used, �t is not intended to exclude �iom consideration other products bearing other no.an�facturer's or vendor's names, i�cade names, or catalog numbers, providad said products are "or-equals," as determined by City. 3. Okher types of equipment and kinds of makerial may be acceptable substitutions under tlae followi�ag. conditians: a. Or-equals are unavailable due to strike, discontinued productioz� af products in�eiing specifted requireme�ts, or ather factors beyond control of Contractor; or, C1T'Y QF FORT WORTI-I Play�round Replacement at Oakhurst, Wortl� Heiglits, Han�o3� Pa STANAARD CONSTRiJCTION SPECIFTCATIQN AQCUMEN'i'S 102464, 1024G5, 1�29 REvisec# .Fuly l, 2011 o� zsoo-z SUBSTITUT[ON PC20CI:DUR�S b. Contrackor proposes a cost andlor time reductinn incentive to �he City. Ya�e 2 of 4 1.5 SUBINIITTALS A. See Request for Substitutioz� Form (atlached} B. Procedure for Requesting Substitution 1. Substitution shall be considered only: a. After award oi Cantract b. LTnder the conditions stated herein 2. Submit 3 copies of each �vz'itten request for substitution, including: a. Documenfation L7 c, 1) Co�plete data substantiating compliance ofproposed substitution with Contract Docum�nts 2) Data relating ta ehanges in construction seh�dule, wh.en a reduction is propased 3) Data relating to c�:anges in cost Fo�• products 1) l�xoductidentification a} Manut'acturer's name b) Telephone number and representative contact na�e c) Sp�cificatio� SEction az• Drawing refer�nce of originally specified product, including discrete nazne or tag nttznb�r assigned to original product in t11� Contract Documents 2) Manufacturer's Iiterati.u•e clearly marked to show cozxipliance of propasec� product with Contzact Documents 3) Itemized cotnparison of origina7 and praposed product addressing product charactei7stics inclutting, but not necessa�-ily limited to: a) Size b) Coz�aposition or materials of const�-uc#ion c) Weight d) Efectrical ar mechat�ical requit•�rnents 4) Product experience a) Loc.ation of past praj eets utilizing product b) Name and telephone nur�aber of persons associated with refezenced projects l�.owledgeable concei�ing proposed product c) Available field data and reports associated with proposed product 5} Samples a) Provide a� request af City, b) Samples become the property of the City. For constructaon methods; 1} Detailed description ofproposed x�nethod 2) Illust�-ation drawings C. Approval or Rejection Written app:raval or rej ection of substitution given by the City 2. City resezves the right to require proposed product io comply with color and pattern of specified pz'oduct if necessary to secuxe design intent. 3. In the event the substitution is approved, fhe r-esulting cnst and/or time reduction vvill be docuzxiented by Change Order in accordane� with the General Canditions. CTTY OP FORT WQRTH Play�round Replacement ac Oakliu�st, Woi�tl� I-lei�hts, Han•afd Park STANDARD CONSTRUCTION Sk'ECIFICATIOI�! bOCUN1�NTS Revised .Tuly I, 20 [ I 102464, 1 p2465, 102463 O12500-3 SUBSTITUTIOAI PROCEDURSS Y'age 3 of 4 4. No additaonal �ontract time will be given for substitutia:n. 5. Substitutzan will be re� ected if: a. Submittal is not through the Coniractar with his stamp nf approval b. Request is not riaade in accordance with this Specification Sectian c. In tb.e City's opinion, acceptance wi11 require substantial revision of tl�e original desigrl d. In fhe Cjty's opinion, substitution wi11 not peiform adequately the fun.ction c4nsistent with ihe desi.gn inten� 1.6 ACTION �CrBMITTALSIINFORMATIONAL SUBMITTAL� [NOT USED] 1.7 CLOSEOUT SUBMTTTALS [NOT USED] � ,8 MAINTEN.ANCE MATERiA,L SUB�VIiTTALS [NOT USED] 1,9 QUALITY ASS[J12ANCE A. Ijn making :request for subst�tution or in using an approved product, the Contractor represents that �.e Contractor: 1. Has i�vestigated proposed product, and has deternained t�at it is adequate or superinr ir� all respects to that specified, and f1�.at it wil l perform fup.ction for which it is intended 2, Wil1 prnvide same guarantee for substi.tute ite� as for product specified 3. Will coordinate installation of accepted substitu#ian into Work, ta include huildin.g tnodi�'ications if necessary, zx�.king such changes as may be required for Wark to be compiete i.n ail respects 4. Waives all claims fot- additional costs related to substitution wkaich subsequently ari se L10 DEL�VERY, STORA.GE, AND I�ANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] J.,12 '1%VARRANTY [NOT USED] PART Z- PRODUCT5 jNOT USED] PART 3 - EXECUTION [NOT USEDI END OF SECT�ON Revision Lag DATE I NAME CIT� OF FORT WOItTH 5Tr1NDARD CONSTI2UCTfOI� SYECiFIGATIQN D.�CUMENTS Reaised 7.uly l, 2011 SZTMMI�RY OF CTIANGE Playground Replacement aC Oaklturst, Worth Haigl3ts, Haeroid P: J 02464, 102465, 102� 01 25 00 - 4 SLTBSTITUTIpN PROCEDUIL�S Page 4 of 4 EXFIIBIT A REQiTEST FOR SUBSTITUTION �'ORM: T�: PRQJECT: DATE: We her�by submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPEC1rFIED ITEM Propased Si�bstitution: REason for Substitu�ion: Include camplete in#'ormatian on changes to Drawings and/or Specificatians which proposed subsiatution will require fo� its proper i�stallation. Fill in Blanks Below: A. WiIl tlze undersigned contractar pay for changes to the bui�ding design, i�cluding engineering and detaaling casts caused by the requested substitution? B. What effect does sub.stitution have on athez• �rades? C. Differences between proposed substitution and speczfied itezn? I]. Diffez'ences in product cost or product deliveiy time? E. Manufacturer's guarantees of th�e proposed and speciiied items a.re: Equal Bettcr (explain an aiiachment) The undersigned states t}��t the functian, appearance .at1d quality are equivalent or superioz' to the specifec� ite�. Subinit#ed By: For Ll�se by City Signature Recommended Recommez�ded as nafed Firin A�.dz�ess Date Teleplaone For LTse by City: Approved City Not reeorr�nnended �Iteceived late By DaCe Remarlcs Rej ected Date C1TY pF FORT WORTH S�['ANllARB CONSTRLtCTION SPECIFICATION f]DCUMENT5 Revised 7uly 1, 2U11 Playgrannd ReplacemenC at Oakhursi, �rVorftt Hei�l�ts, Han�old Park 1024G4, � 02465, I fl2463 013119-1 PRECONSTRUCTION 1�iEETWG Page 1 of 3 SECTION D131 19 PREC�NS'I"RUCTION MEETTNG PART 1 - GENERAL 1.1 SUMMA.RY A. Section Includes: 1. Provisinns far the preconstruction meeting to be held prior to th�; s�art af Work to clarify construcfion cnntract administration pr�cedures B. Derria#ions from this City of Fart Warth Standard Specificatian 1. None. C. Relaieci 5pecification Sections include, b-ut are not necessarily lzznited ta: l, Division 0— Bidding Requirements, C�n#ract Forms and Conditinz�s of the Cantract 2. Division 1— General Require�nents 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated vwith this Item is consi.dered subszciiary to khe varinus items bid. Nn separate payrn�nt wi11 f�e allowed for this Item. 1..3 REFERENCES �NOT USED] 1.4 ADMINISTRATNE REQiI1HEMENTS A. Caard'znation 2. Repr�sentatives of Cantractor, subcontractors and suppliers at�ending meetzngs sha11 be qualified and authorized to act on behalf of the entzty each repres�nts. 3. Meeting; administered by City may be iape recorded. a. If cecorded, tapes wilI he used to prepare minutes and retairaed by City far future reference. J, . Attend preconstruction meeting, B. Pxeconstruction Meeting l. 2. A preconstruction meeting will be held withir� 14 days after the executian af the Agreement and before Work is started. a. The meeting will be scheduled and admiriistered by the City. The Project Representative will preside at the meeting., prepare the notes of the m�eting and distribute copies of same to alI participants who sa request by fu11y completing the attendance %rm to be circulated at the beginnzng o� the nr�eeting, Attendance shall include: a. Praj�ct Representative h. Coniractar's project manager c. Cvntractor's superintendeni d. Any suhcontractor or supplier repxesentatives whom �he Gontractar may desire ta invite or the City may request CTTX O�' F017T WORTH Piaygrounel Replacement at Oakluirst, Worth S-Ieights, Harrold Park STANDARD CONSTRUCTI4I� SPECIFICATIQN DOCUMF�NTS 1�24G4, L024G5, 102hf�3 R�v3sed Augustf7,2012 U13119-2 PRECONSTRUCTION MEETING Page 2 of 3 4 5. e. Other Czty representatives �. Others as appropriate Canstructian Schedu�e a. Prepare baseline c�nstructian schedule in accordance �ith S�ction OJ 32 16 and provide at Preconstruction Meetfng. b. Cxty will notify Contractor of ar�y schedule changes upon Notice of Precanstruction Meeting, PreIiminary Agenda may include: a. Introduction of �ro�ect Personnel b. General Description af Project c. Status of'right-of way, utilxty clearances, easem�nts or other pertinent permits d. Contraeto:r's work pIan and schedule e. Contract Time f. Natice to Praceed g, Construction Stakin� h. Progress Paytxients i. Extra Work and Change Order 1'rt�cedures j. �'i.eId Qrders k, Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Cectification n. Material Certificatians and Quality Control Testing a. Public Safefy and Convenience p. Dacumentatian of Pre-CanstrUction Co:nditians q. Weekend Wark Notzfication r. Legal Holidays s. Trench Safety Plans t. Confined Spaee Entry Standards u. Coordination with the City's representative for aperations of existing water systems v. Storm �11Tater Pollution Prev entian P�an w. Caordinatian wzth othEr Contractors x. Ear1y Warnxng System y. Contractar EvaIua�ion z. Special Candi�ions applicable to the project aa. Datnages Claims bb. Subrrllttal Procedures cc. Substitutian Procedur�s dd. Correspondence Routzng ee. Record Drawings ff. Temporary constructian facilities gg. MIWBE ar MBE/SBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Cnmments CI1'Y OF FORT WORTH Playgroand Replacement at C)akhurst, Wa-ih Heights, Harrald F'ark STANDEIRD COiVSTRtJCTIO[V SPECIFICATION DOCUMEI�'f'S [024G4, 102�165, 102A63 Revlsed L�ugust 17, 2012 0131I9-3 PRECOIVSTRUCTION MEE7'TNG Page 3 of 3 1.5 SUBMITTALS [NOT USED] 1.6 ACTXON Si7BMTTTALSIINFORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [N�T USED] 1.8 MAINTENANCE MATERIAL SUSMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] L10 DELTVERY, ST�RAGE, AND HANDLING [NOT USED] l.l l. FIELD [SITEJ CONDITIONS [NDT USED] 1.12 WARRANTY [N�T USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTYON [NOT USED] END �F SECTTOiV DATE I NAME Revision Log SUMMARY OF CHANGE CITY 0� I'QRT WORTH Playgcnund Replaeement at Oaki�urst, Warth Heights, Harrold Park STAND�2D CONSTRL3CTTQN SPECIFICATION DOCUMENTS tD24.84, 102465, 1024fi3 Revised AugusC 17, 2012 ai�izo-� PRQJECT MEETIIVGS Page 1 of 3 1 Z 3 PART1- GENERAL 4 1.1 SUMMARY SECTION D1 31 20 PROJECT MEETINGS 5 A. Section Includes: 6 1. Provisions for project meet�ings throughout ihe construction period to enable orderly 7 review nf the progress of the Work and to provid� for systematic discussion of $ potenkial prot�lems 9 B. Deviatians this City of Fort Worth 5tandard Speczfication 10 L None. 1I Iz 13 14 1.2 C. Related Specificatf�n Sections include, but are not necessarily �imited to: 1. Divzsion 0— Bidding R�quirements, Contract Forms and Conditians oi the Cantra�t 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES I5 A. Measurement and Payment 1� 1. VVork assnciated with this Item is cnnsidered suhsidiary to the variatas items bid. 17 No separate payment will be ailowed for this Item. 18 1.3 REFERENCES [NDT LTSED] 19 I.4 ADMINISTRATNE REQUIREMENTS 20 2.1 22 23 24 2a 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedul�, a�tend and administer as sgecified, periadic pro�ess meetings, and specially called meeiings througho�t progress of the Work. 2. Representatives of Contractor, sUbcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf oi the entzty each represents. 3. Meetings admfnistered by City rnay Y�e tape recorded. a. If recnrded, tapes will be used to p:re.pare minutes and retained by C.ity far future refe�ence. �. M�etings, in additian to those sp�cified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre-Canstruction Neighborho.od Meeting 1, After the execution af the Agreement, but before construction is allawed to ��gin, attend 1 Pvblic M:eating with affected residents to: a. Present pro�jected schedule, includzng canstructi�n start date b. Ans�ver any co.nstruction reIated questians Z. Meeting Locatzan a. Locat�on of ineetin� to be deterzxiined by t�.e City. 3. Afhendees a. Cantractor CITY OF FORT WORTH Playgraund Replacement at UakhursC, Wortl� Hel�hts, Harralcl Park STAIVI]ARD CONSTRLICTION SPECIFICATION DOCUMENTS 1D24fi4, 1p24�5, 10'Z4G3 Revisad July 1, 2pI1 013120-2 PRO,]EC`I' MEETINGS Page 2 af 3 1 2 3 4 5 B b. Project Representati�e c. Other City representatives 4. Meating Schedule a. Tn �;eneral, the neighborhood meeting will oceur within the 2 weeks following the pre-cqnstruction canference. b. Tn no case wz1l consiruction be aIlowed to �egin until this meeting is held. 7 C. Fragress Meetings $ I. Formal project coardination rr�eetings vtrill be held perioclica�ly. Meetings wi�I be g scheduled and administered by Proj ect Representative. I6 11 12 13 14 15 16 17 18 19 20 z� 22 23 24 25 28 27 28 29 3a 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 46 47 48 � 3 n 5 Addit�anal progress meetings to discuss specific topics will be conducted an an as- needed basis. Such additional meetings sha11 include, l�ut not be lirnited to: a. Coordinating shutdowns b. Iristallation of piping and equiprnent c. Coardination between other canstruction projects d. Resalutian of construction issues e. Equipment approval The Projeck Representative will preside at progress meetings, prepare the notes of the meeting anci distribute cQpies nf the sacne to all participants who so request by fully compl�ti.ng the attendance form to be circulated at the beginning af each. meeting. Attendance shall include: a. Contractor's pro�ject manager b. C�ntractor s superintendent c. Any subcontraetar or suppiier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's represez�tatives f, Others, as requested by the Project Representative �'reliminary Agenda may include: a. Review nf Work progress since previous meeting la, Field �bservations, problems, conflicts c. Items which impede consts�c�ion schedule d. Review of aff-site fabricatior►, delivery schedules e. Review af construction interfacing and sequencing reqvirennents with other construction contracts f. Corrective measures and procedures to regain pro�jected sehedule g. Revisions ta construction schedule h, Progress, schedule, during succ�eding Work period i. Coardina�ion ai schedules j, Review subrnittal schedules k, Maintenance af qu�lity standards 1. Pending changes and substitutions zn. Review proposed changes for: 1} Ef%ct on construction schedule and on completion date 2j Effect on other contracts of the Project n. Review Record Documen#s o, Review monthly pay request p. Review status of Requ�sts for Information CITY OF FDR1` WORTH Playground 12eplacement at Oakhurst, Wortl� f[eighis, Harrold Parlt STANDARA COIJSTRUCTIDN SPECIFICATION DOCUMENTS 1024G4, 1fl246fi, 1029G3 Revised July 1, 2011 0131 ZO-3 PRpfECT MEETINGS Pagc 3 of 3 1 6. Meeting Schedule Z a. Progress meetings wi11 be held periodica�ly as determined by the �'roject 3 Representative, � 1) Additianal meetings may be h.eld at the request af the: 5 a) City 6 b) Engineer 7 c) Con�ractor $ 7. Meeting Loeation 9 a, The City will establish a meeting Iocatian. �fl 1) To tY�e extent pract�cable, meetings will be held at tk►e Site. 11 1.5 5L1�BMITTALS [NOT U5ED] 12 1.8 ACTION SUSMITTALS/INFQRMATZONAL SUEMITTALS rNOT USED] �3 1.7 CLOSEOi1T SiiB11�ITTALS [NOT USED] 14 1.$ MAINTENANCE MATER�AL SUSMZTTALS [NOT USEDI 15 1.9 QUALITY ASSUR.ANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD �SITE] CONDxTIONS [N�T USED] 18 1.12 W,ARRANTY [NOT i7SED] 1� 20 21 zz Z3 PART 2 - PRQDUCTS [NOT USED� PART 3 - EXECUTION [NOT USED] END OF SECTION DATE I NAME Revision Log SUMMARY OF CHANGE C1TY OF FORT WpRTH Playground Repla�cement al Oa&hurst, Warth Heiglits, Harrold Park STAIVDARI7 CONSTRUCTIQN SPECIF'TCATION DDCtTMEIVTS 1024G4, 1024G5, 1024G3 Revised July 1, zal l Ol 32 16 -1 CONSTRUCTIDN PROGR�SS SCHEDUL� Page 1 of IO 1 2 3 PART1-GENERAL 4 1.1 S�]MII�RY SECTION 0132 x6 CONSTRUCTTON SCHEDULE 5 A. Sectian Includes: G J.. 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 Fart Worth 5chedule Guidance 9 Dacvment 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 13 14 15 16 17 zs 19 2fl 21 22 23 24 25 26 27 28 29 so C. Related Specification Sectians include, but are nat necessarily limited to: 1. DivisiQn 0-- Bidding Requirements, Contract �'or�ns and Conditions of ihe Contract �. Division 1— General Requirez�nents D. Purpose The City of �'art Worth (City) is carnmitted to deIivering quality, cnst-effective infrastructure to iis ci�izens in a timely manner. A key tool to achieve this purpose is a propez'ly struct�z'ed schedule vvith accurate updates. This supgorts effecti�e monitoring ot' pragress and is ingut to critical decision maki.ng 6y the project manager t�u�oughout the life of the project. Data fram the updated project schedule is utilized in status xeporting tn variaus levels of the City organization and the citizenry. This Document complements the City's StandardAgreerrient to gufde the constructian cantractor (Cantractar) in preparing and submitting acceptable schedules �orr use by the City in pxoj ect delivery. The expectation is the performance af the work follows fhe accepted schedule and adhere to the contractual tirneline. The Contractor will designate a qualified representative (Project Scheduler) respansible for de�eloping and updating the schedule and preparir�g siatus reporting as required by th� City. 31 1.2 PRICE AND PAYMENT PROGEDURES 32 A. Measurement and Paymenti 33 J.. Work associated with this Ztem is considered subsidiary to the various items bid. 34 No separate payment will be allovved for this Item. 35 2, Non-compliance with this speeification is grounds for City to withhold paymen.t of 3� the Contractor's invaic�s until Cantractor achieves sazd campliance. 37 1.3 REFERENCES 38 A. k'roject Sch�dules CTT"Y aF RORT W�RTH P3lygrouud Raplaceme»t at Oakhurst, Worth Heights, Harroid Park STANDARD CONSTRUCTIaN SPECIFICATION DDCUMEIVTS 1024fi4. 1024G5, 1.02463 �2evised August 13, 2021 O 1 32 16 - 2 CONSTRUCTIOIu PRDGRESS SCHEDULE Page 2 of 10 ] Each project is represented by Ciry's master project schedule th.at encompasses fihe Z enlire scope of acti�xties envisioned by the City to properly deIiver the work, When the 3 City contracts with a Cantractor to perform canstruction of the Work, the Contractor 4 will develop and maintain a schedule far their scope of wark in alignment with the � Ci.ty's standard schedule requirements as defined herein. The data and informatian of 6 each such schedule will be Ieveraged and became integral in 1:xae master project 7 sch.�dule as deemed appropriate by the City's Project Cantrol SpeciaZist and approved 8 by the City's Pro�ject Manager. 9 10 1. Master Project Schedule Y1 The master project schedu�e is a�aalistic representation of the scheduled activities ZZ and milesfones for tY�e tatal proJect and be Crftical Path Method {CP1V� based. The 13 City's 1'roject Marrager is accountable %r oversight of the develapment and 14 maintaining a nnaster project schedule for each project. When the City cantracts for 15 th� desi�m and/ar construction oi the project, the master pro�ject schedule will Z� incorporate eIements of the Design and Canstruction schedules as deemed 17 apprapriate by the City' s Proj ect CantrflI Speczalist. The assigned Czty ProJect 1� Control5pecialist creates anc� maintains ihe mastez' project scheduIe in P6 (City's 19 sch�duling software) . za 2i 22 23 Z4 25 2G 27 Z8 Z9 sa 31 32 33 34 35 2. Constr�ctzon Schedule The Contractor is respflnsible for developing and maintaiz�ing a schedtale for the scope of the Contractar's contractual requirements. T�ae Contractor will issue an i.nitial schedule for revzew and acceptance by the City's Project Contral Specialist and ihe City's Prnject Manager as a baselin� scheduIe far Contractor's scope of work. Cnntractor will iss.ue current, accurate vpdates of their schedule {Pragress Schedule) to the City at the end of each mon.th through.aut the life o�' their wark. B. Sehedule Tiers The City has a portfolio oi proj.ects ihat vary widely in size, complexity and caz�tent requiring different scheduling ta ei%c�ively deliver each projeci. The City uses a "tiered" apprnach to a�ign the proper schedule with the criteria for each project. The Cxty`s Project Manager determines the appropriate schedule tier for each project, and ineludes that deszgnation and the associated requirements in the Contractor's scope of w�rk. The following is a summary of the "tiers". 36 1. Tier 1: Sma115ize and Shart Duration Pt�ojeet (design not required) 37 The City develaps and maintains a Master P%ject Schedule far the project. No 3g sch�dule submittal is required from Contracfor. City's Pro�ect Contral Specialist 39 acquires any necessary schedule siatus data ar infarmatian through disccassions rrvith 40 the respective pa�rty on an as-needed haszs. 4I 42 43 44 �5 46 47 48 49 Tier 2: Small Siz,e and Short to Medium Duration 1�roject The City develops and maintains a Master �'rajeet Schedul� far Lhe project. The Cant�ractor zden�ifies "start° and "finish" milestone dates an key elements oi their work as agreed with tl�te Gity's Project Manager at tIae kickoff of th�ir work effort. The Contractar issves to the City, updates ta th� "start" and "finish" dates for such milestones at the end af eacla znonth ihroughout the Ii% of their wark on the project. 3. Tier 3: Medium and Large Size andlor Complex Frojects Regardless of Dt�ra#ion CITY OF FORT WpRT�I Playground Replacement af DakhursC, Wort(i I-leigl�ts, Harrold Park STANDARD CONSTRIJGTIOIV SPECIFIGATION DflCUMENTS Ravised August I3, 202i 1624b4, 1024G5, 1024G3 O1 32 16 - 3 COI�STRUC'I'IOIV PROGRESS SCHEDULE Pags 3 oF 10 � The City develops and maintains a Master Project S.chedule for the project. The 2 Contractor develops a Baseline Schedule and maintains the schedule of their 3 respectiv� scope of wark on the praj ect at a level of detail (generally Leve13) and in � alignment wi#h the VdBS structure in Section 1.4.H as agreed by the Project , Mat7ager. T�e Contractor issues ta the City, updates of their r�spectiv� scl�edule 6 {Pragress Schedul�) at the end o� each month throughout the life of their work on the 7 project. 9 J.Q 11 IZ 13 I� 15 16 17 18 19 2Q 21 22 23 24 25 26 27 C. Schedule Types Projeci delivery for the City utilizes two types af schedules as noted below. The City develaps and rnaintains a Master Project Sche.dule as a"�aseline" schedule and issue monthly updates to the City Project Manager (end oi each month) as a"progress" schedule. The Contractor prepares and submit� each schedule type to �ulfill their contractual requirements. 1, Baseline Schedule The Cantractor develops and submits io the Gity, an initial schedule far their scope oi vvork in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is. the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scape of work impacting the duration af the work, and anly after receipt of a duly authorized change order issued by tke City. In the event progress is significantly bek►ind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practicalevalua�ian of progress. An exarnple af a Baseline Schedule is pravided in Specifzcation Q13216.1 Constructian Project Schedule Saseline Exarnple. 2, Progress Schedule 2S The Cantractor updates their schedule at the end of each month to represent the Zg progress achieved in the worlc which includes any inr�pact fram autharized changes 3p in the work. The updated sehedule must accurately reflect the current stat�s of the 31 vc+ork at that p�int in time and is referred to as the "Progress Schedule". The City's 3� Project Manager and Project Control Specialist reviews and accepts each prog�'ess 33 schedule. In the event a progress schedul� is deemed nat acceptable, the gg� unaccepfiable issues are identified by the Ciiy withiri 5 working days and the 35 Coniractor must provide an acceptabie progress schedule withi� 5 warking days 36 after recEipt o� nan-acceptance notificatian. An example af a Pragt-ess Schedule is 37 provided in Specificatian DI 32 16.2 Construction Project 5chedule Progress �g Example. 3g D. City 5tandard SchedLtle requirements 40 The folln�ring is an over�iew of the methodolagy for developing and rriaintainir►g a 4� schedule for delivery nf a project, CiTY QF FOAT WORTH Playgrnund ReplacemeitL at Qakhurst, Worth Hei�hts, Harrold Park STANDARD CON5TRISGTION S.PECTFTCATIOi�1170CUMENTS 102964, la2nG5, 1024G? I�ieuised August 13, 2D21 01 32 16 - 9 C.ONSTR[JCTIQN PR�GRESS SCHEDUr.,E 1 2 3 4 10 11 12 13 14 15 1G P�ge 4 af 1.0 Schedule Frxmewark - The schedule wiI.l be based on the defined scope of work and follow the (Critical Path Methodology) CPM zr�ethod, Th� Con�ractor's schedule wi11 align with the requirements of this specification and wilI be cost loadedto eeflect their plan for execution. Cornpliance with cast loading c�n be provided vc�ith traditional cost loadir�g of �ine items OR a�rojected cast per month for the project whean fhe initial schedule is submitted, updated on a quarterly basis is signiffcant char�ge is anticxpated. �verall scheduIe duration wilI align with the cnntractual reqvirements for the z'espective scope nf work.and be reflected in City's Master Projecfi Schedule. The Project Number and Name of the Proj�ct is re4ufred an each schedt�Ie and must match tYte Gity's project data. E. Schedu�e Fil� Name All schedules submitted ta the City iar a proje.ct will have a file name that begins with the Gity's project �zur.rrberfallawed by the r�ame ofiheproject%llowed by haseline (it' a baseline schedule) or the,yearartdmanth (iiapragress scheduIe), as shownb�low. 17 o Baseline Schedule File Name �$ Format; Czty Project Numl�er Pro�ject Narr�.�_Baseline 19 Example; 101376_North Montgomery Street I�M1�C_Baselxne 20 z� a Progress Schedule Fi1e Name 22 Farmat: City Project Number_Project Name_YYYY-MM Z� Example: 1Q�.376_Narth Mantgomery Street HMAC_2p1$_OT 24 �� � Projeet Schedule Progress Narrativ� File Name 26 Format: City Project Number Project Narne_PN YYYY-MM 2� Examp�e: 101376_North Montgomery Street HMAC_PN_�418_01 za 29 30 31 32 33 34 35 P. Schedule Templates The Contractar will utiIize the relevant sections from the City's templates provided in the City's dacument management system as ihe laasis for creating their respective project schedule, Specifica�ly, the Contractor's schedule will align with the Iayout af the Construetion section, The templates are identxfied by type af project as noted beIow. * Arterials �6 • llviatio� 37 • Neighhorhood Streets 3$ • Sidewallcs (Zater) �g � Quiet Zones {later) �� o Street Lights (later) 4� • Intersectian Improvements (later} 42 • Parks �3 o Storm trvater �4 o Street Maintenance 45 • Traffic 46 � Water 47 48 G. Schedule CaIendar CiTY OF FORT WORTH Playgrouiad Replacement at Oakhuist, Wartl� Heights, Narrolcl Park STAtVI�ARD CON5772UCTIDN SPEGII'ICATIOI� DOCITMENTS Revised August 13, 2021 1024G4, ID29G5, la2hG3 O1 3216 -5 CONSTRYICTIONPItOGRESs SCHE�ULG Page 5 nf 10 4 6 7 8 9 la 11 12 13 14 15 lb 17 18 19 2fl 21 22 23 � The City's standard caiendar for sck�edule developmEni purposes is based on a 5-day worlcweelc and accounts far the City's eight standard holidays (New Years, Martin. Luther King, I1�iemorial, Independence, Labo:r, Thanksgiving, day a£ter Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of tJ�e schedule de�elopment process and provide to the Pro3 ect Contral Specialisi as part of the basis �ar tiseir schedule. Variatians between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptaace of their Baseline project schedule. H. WBS & Milestone Sta:ndar•ds for Schedule Developm.ent The scope of work to be aceomplished by �e Coni�actor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the baszs for the de�elopxnent of the schedule aetivi�ies and shall l�e imbedded a�d depicted in the sch�dule. The following is a sux�nnary of the standards to be follawed in preparitzg a�d mainkaining a schedule fox project delivery. Contractor is x�quired to utilize the City's WBS st�ucture a�d respective project type template for "Ca�siruction" as shownin Section 1.4.Hbelow. Addition.al activities may be added to Levels 1- 4 to accommadate tl�e needs of ths organizatian executing the work. Specifically t31e Contrac�or will add activities under V4'BS Y�XX��X.80.83 "Constructib� Executian" that delineates the activities assaciated with the variaus compQ�ents of the work. 25 �,6 2. Contractor is required to adhere to tha City's Standard Milestones as shown 27 in Section 1.4.I l�elow. Contractorwillinclude additianal nvlestones 2g representing intermediate deliverables as required to accurately reflect their 29 scope of worlc. 30 31 32 33 34 35 36 I. Schedule Activities Activities are the discrete elements of work that malce up the sche�lule. They will be organized under tlae umbrelXa of the WBS. Activity description� should adequately describe the activity, and in some cases the exter�t �f ihe activity. All activities are logically tied with a predecessor and a successar. The only exceptian to this rule is fQz "project start" and "project �inish" �ilestones. 37 3g The activity duration is ba.sed on the physical amnunt of worlc to be pex•farmed for the 3g atated ackivi.ty, with a max.iznum daaration of 20 worlfing days OR a cantinuous activity 4p in one loca�ion. If the worlc frar any one activity exceeds 2D days, break that activity 41 down ilicrementally to achieve this dura�ion eonstraint. Any eacception ta this requires �}� review and acceptance by the City's Proj ect Co�trol Specialist. 43 q� J. Cha�nge Orders 45 When a�hange Order is issued by �e City, the impact is incorporated into the q� previousJy accepted baseline schedule as an update, to cJearly show impact ta tt�e �.� project timeline. The Contractor submits this updated baseline schedule ta the City far CIT"Y OF FORT VVdRTH Playgrounel ReplaeemenC at Qa�hnrst, Worth Nleiglits, Harrold Pai•k gTANpAl2DCONSTRUCT[qNSPECIFICATIONBOCCRvfE�TS 1�24b4, ]02465, ]02463 Revised August l3, 2021 01 3216 -6 CONSTRUCTIDN PAOGTZESS SCHEI3UL.� � 2 3 4 5 6 7 S 9 IO 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 25 2.6 27 28 29 30 3 J. 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Page 6 of 10 revievv atld acceptance as described in Sec.tinn I.5 below. Updatad baseline schedules adhere to the foIlnwit�.g: 1. Time extensians associated with approved contract modif'icatio�s are limited to the actual amout�t of tirrie tk�e prnject activities are an�icipated to be deZayed, unZess othex�wise appraved by the Progratn Manager. 2. The re-b.aselined schedule is submitted by the Contractor within te�a workdays after ihe date of reeeipt of the approved Cha.�ge Order. 3. The char�ges in logie or durations approved by the City are used to analyze the impact oi the cha�ge and is included in the Change Order. The codi�g for a new activity(s) added to the schedule foz' the Char�ge Order includes the Change 4z'der numbez in the Activity ID. LTse as many activities as n�eded to accurately show the vt�orlc of tlxe Change Order. Revisions tp the baselirae schedule are not effective until accepted by the City. K. City's Worl� Breakdown Structure WBS Cade WBS Name XX7��X PrajectName XX7�X.30 Design XY��"XX.30.IQ Design Contractor Agreement XXXXXX.30.20 CanceptualDesign (3b%) XXXXXX.30.30 PreliminaryDesign (60%) X�XXX•30.40 Final Design X��XX.30.50 Environtnental XXXXXX.30.60 Permit� XXX�.30.6d.10 Permits - Identification XXXXXX.30.60.20 Per�nnits - Review/Apprave XXXXXX.40 ROW & Easements XX�X.40.10 ROW Negatiations XX�XX.40.20 Conclemxzaiion XXXXXX,'�p Utility Relacatian XX�XX.70.1fl Utitity Relocation Co-ordiz�ation XXXXXX.80 Construct�on XXXX�x.80.81 Bid and Award XXXXXX.80,83 Construction Execulaan XXXXXX.8�.85 Tnspeclion XXXX��.$0.86 Landscaping XXXXXX7�.9� Closeaut �XXXXX.90.10 Construction Coniract Close-out XX��XX.90.40 Design Contract Closu:re L. City's Standard Milestones The following milestone aetivities (i.e., izx�portant events on aproject t�at mark cri#acal points in time) are of particular zn.terest ta the City at�d must be :reflected i:n the p�oject schedule for all phases of work. C1TY OF FORT WORTH Playgroe�nd Replacement at pakl�uist, Worth Heights, Hu�rol�l Park STANDARb COAI5T12(JCTIpN SPECIFICATIOAT 170C�.7MENTS Revised Au�ust 13, 2021 1 Q2469, 102465, I Q2463 O1 32 l6 -7 COAISTRUCTION PROGRE83 SCHEDi n .F. Page 7 of 10 1 2 3 4 6 7 8 9 IO II 1� 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 32 33 34 3S 3b 37 � 39 40 41 42 43 44 �45 46 AchvitY TD Activi Name Design 3020 Award Design AgreeixS.ent 3040 Issue Notice to Proceed - Desigu Engineer 3100 DesignKick-of�Meeting 312Q Submit Conceptual. �lans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review nneeting (technical) 3160 Con.duet Desi�n Public Meeting # 1(required) 3170 Coz�ceptualDesign Con�plete 322a Sul�mitPreliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & S�wer 3250 Conduct Design Public Meeting #2 (required) 3260 Prelizninary Design Complete 33 �fl �ubmit Finai Deszgn to Utilities, ROW, Traff'ic, Parks, Starm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Ca�nplete ROW & Easetaents 4000 Right of Way 5iart 42,3fl Right of Way Compiete Utility Relocation 7000 Utilities Start 7J20 Utilities ClearediComplete Constructi�on Bid and Award 8110 �tart Advertisement 8150 Conduct Bid Openin.g g�p Award Construction Contract Canstruction Execut�nn g33� Conduct Co�struct�on Public Meeti�g #4 Pre-Construcfion 835� Consi�ruction Start $370 Sut�stantial Compleiion 854� Construction Com�pletion 9130 Notice of Completion/Green She.et 9150 Canstructian Contraci Closed 9420 �esign Cantract Closed L4 SUBMITTALS A. Schedule Submi.ttal &Revie� T�e City's Praject Manager is responsible for revie�vs and acceptance of the Car�tractar's schedule. Tlae City's Praject Control Specialist is respflnsi6�e for ensuring alignm�enf of the Contractor's baseline and progre.ss schedules with th�e Master Proj ect Schedule as support ta the City's Project Managar. The City reviews and accepts orrejects the schedule within ten workdays of Contcactor's submittal. CTI`Y OF FORT �VOR'I'H Playground Replacement at Oakhurst, Worth Hei�liYs, Ha�-rold ParEc 5TANDARI7CON5TRUCi'[QNSPECiFICATIONDOCirMENTS 102q64, 1024G5, 1p24G3 �tevised August {3, 2021 O1 32 16 -$ CaNSTRUCTIO]*IPROCrRE55 SCHE1]ULE Page 8 of !0 4 9 10 11 12 13 14 I5 lb 17 18 I9 20 21 22 23 24 25 26 27 z8 29 �n 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 48 49 Schedule �'ormat The Contractoz will submFt e.ach schedule in tura eZectronic fari�ls, one in uative file format (,xer, .x�e1, .yrep,r} a.nd the second in apdf %rmat, in the City's dncutnenl: management system in the locatian dedicated for this purposc and identiiied by tk�e Project Manager. �n ihe event tihe Contractor does not use Primavera P6 or MS Project fnr schedulit�g pucposes, the schedule informatinn must be submitted in .xls or .xrsx �'or:mat in compliance with the sample layout (See Specificafion Q1 3216.1 Cansiruction Proje�t Sehedule Baseline Exainple), including aciivity predecessars, successors and total float. 2. I��itial & Baseline Schedule The Cantractor wi1Z develop their schedule for their scope o� worlc and submit i;laeir initial schedule in electronic forrz-i (in tne file formats noted above), in the Ci�r's document manage�xze�t system: in the locakion dedicafed for this puxpose u# least S warking days�rio� to Pre Const�uctron 1Vlee,ting. The City's Project Manager and Praject Control Sp�cialist review this ir�itial schedule to determi:ne alignment with the City's Master Project Schedule, includir�g forrnat & WB5 structure. Fallawiug the City's review, feedbaelc is provided to the Contractor for t�eir ase in �nalizing tJsei:r initial schedule and issuing (wathi�t five workduys) their BaseIine Schedule for iina� review and acceptance by �e City. 3 , Pro�res� Schedule The Coniractaz- vvill u�date and issue their project schedule (Progress Schedule) hy the last day of'eaeh month throughaut t1�e life of thezz• �rnrlc on the project. The Prog;ress Sch�dule is submitied in electronic form as �oted abo�e, in the City's docutaaent managennenti system in the Iocataan dedicated for thzs ptarpose. Th� City's Project Control team reviews each Pragz'ess Schedule for data and informatxon tb�at suppol°t the assessment of the update to the schedule. In the event dafa or information is missz:ng or incom.plete, t�e Praject Confxols Specialist cammunic�tes directly with the Contractor's scheduler for providing satne. The Contractor re-submits tkae carrected Progress Schedule within S workdays, following the subznittal pracess noted above, The Cit�r's ProjectManager and Project Contr4l Specialzst revievv tfie Contractox's progress �cheduIe f�r acceptance and to mo�azfior per%rmanc� and pro�ress. The �ollowing list o� items are required to ensure proper status znformation is contained in khe Progress Schedu2e. • Baselule StarC date • Baseline Finish Date a °% Complefe o Float o Activity Logic {dependencies) o Critical Pat1a o Aciivities added or d�leted • Expect�d Baseline Finish date • Varian.ce Co theBaseline Finish Date CITY QF FORT WpIZTH Play��ound Replacenient at Oakhurst, Wnrth �Ieigl�[s, Ha�rold Park STANDAR� CONSTRUCT[DA1 SPHCIFICATION DOCLIMENTS Revised August 13, 2p21 ]02464, 102465, LD2963 O1 32 16 -9 CONSTRiTCTIONPROGRE58 SCHEDULE Page 9 of 10 2 3 4 S 6 7 8 9 10 11 I2 13 14 B. Monthly Constxuction Status Report The Contraetor submits a written status report (referred to as a pragress narzative) at the monihly progress meeting {if montlal y meetings are held) or at the end oi each month to accompany the Progress Schedule submi�tal, u sing the standard format provzded in Specification O1 32 16.3 Constructian Project Schedule Progeess Narra�ive. The content o£ the Constructian Prajeet Schedule 1'rogress Narrative should be concise and complete to include only changes, delays, and atzticipated pxoblem�. C. Submil;tal Process . . 15 l. • Schedules and Monthly Ctinstruction Status Reporks are subznitted i�. in the City's document mana�eznent systexn in the location dedicated fa r this puzpose. Qnce the praject has been completed and k'inal Acceptance has been issued by the City, no furiher pragress schedules or canstruction status reports az�e required from the Contractar. 16 1.5 ACTION SUBIVIITTALSIINFORMATIONAL SUENIITTALS 1NOT USED] 1'1 1.6 CLOSEOUT SUBMITTALS [NOT USED] 18 1.7 MAINi'ENANCE MATERIAL SUBNIITTALS [NO�' USEDj 19 1.8 QUALITY ASSiIItANCE �p A. The person preparing aaad revising t�e con�txuciion Progress Schedule shall be 21 Experienced in the preparation nf schedules of similar complexiiy. 22 B. 5chedule a�d suppo�ting dacuments addressed inthis Specifieation shallbe prepared, 23 updated and revised to accurately reflect the pe�'ormance of the cntastruction. 24 C, Contractor is respoilsible for th.� quality of all subixuttals in tJai s section meeting the 25 standard of care far the constructio�a indusiry for similar projects. 26 1.9 DELNERY, STORAGE, .AND HANDLING [NOT USEDj 27 110 FIELD [SITE] CONDITIONS [NOT USED] 2g l,ll. WARRANTY [NOTUSED] 24 1.12� ATTACIIlVIENTS 30 Spec 0132 1�.1 Coz�structiaiaProject5cheduleBaseline Example 31 Spee O1 32 16.2 Conskructian Project Schedule Pragress Example 32 Spec O I 32 16.3 Canstruction Project Schedule Pragrass Narrative 33 CITY OF FOTLT WORTH Playgronnd Replacenient at Oalcl�uist, WortU 1�eiglits, Han•oid Pac•k STANDATtDCONSTRUCTIONSPECiFiGAT10NDOCUiv1EN'T� 1024b4, 102465, 1024G3 Revised Au$usf 13, 202.1 a� 3a��-io CQNST1tUCTION PRdGItESS SCHED�fI.,� Page 10 of 10 1 2 PART 2- PRODUCT� [NOT USED] 3 PART 3� EXECUTION [NOT USED] 4 5 DATE 8/13/2021 � END OF SECTiON Revision I,og NAME SiTMMARY OF CHANGE Miehael Owen ��vised to update speci�catio�i require�neiits and etiminate schedule 0 CITY OF PORT WORTH Play�-uund Repincement at Oakl�urst, Wnrth Heigl�ts, Han•o[d Park 9'1'ANDA,RL]C07VSTRUCTIOIVSP�CIFTCATION DpCU11�l��iT'S ]02469, 102�{65, i02463 Revised August 13, 2021 U1 3216.1 CONSTRUCTIONPROCRE55 SCHEDUL�—BASELIN� EXAMPLE Page l nf 5 1 SECTION 0132 1.61 2 CONSTRC]'CTION SCHEDULE —BASELIlVE EXANIPLE 3 PART1-GENERAL 4 S 6 7 $ 9 io 1� i2 13 14 15 16 17 18 19 20 21 22 23 2�} 25 Zb 27 28 29 30 3I 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 Tlae following is an exatnple of a Contractor's project schedule that illustrates the data and expectation far schedule cnntent depicting the baseline for the proj ect. This vexsion of the schedule is referred to as a"baseline" schedule. This example is inte�nded to provide guidance far the Contractor wken developing and submitting a baseline sch�dule. See CFW Specification O1 32 16 Construc�ion Sclaedule for details and requi�ements regarding the Contractar's prQject schedule. CITY OP FORT WOR'fH Play�round Replacement at dakhmst, Worth Heights, Harrnld P1rk STANDARD COidSTRl3CT [03+I SPECTF'CCATION DOCUh�ENTS 1024G4, f 02465, 1024b3 Ttevised August l3, 2421 Ol 32 IG.1 CQNSTRUCTIONPROGRESS SCHEDULE—BASELINE�XAMPLE Page 2 of 5 1 FP � � S'J � � rF S�`+f � .-� � �Y � .� G-, � � � � � � � � � � � �� kr. � � uy � �' � � � � 1 m � � 1� � "' y""�_'' �....-..�..... _ . r _ �.�'�"'' *"""' " i ! i I � € I I � I I � ----'�.-•-•--•"•-•-•------�^-------.:.""'•-- j ; I -- , � -�------..A_.------- •-• i - --- --t-----�^. I,..._....' 'i--------- -�---------7-._..- --t----�---•t— - — �-----... � � �� ----� . _ •-••-•-• - • --- -- _�___..._�w__--_ �-- -- --�--------'--- •-�- ------ - ----- -•--- -------- ------ -�----- - --- �. � aI�{ i�•. .-� ri�:;.1ie�;c.� ra r�i�'!�3•s+:al�,�.�l��F.�''� rs r��r'I�...iEa � Ewl���r �1�'r n � -3 .- � - . _ � � � �- r . n � :� f � v� ira u { � �7 � .: .. .. .4+� � �y .a .� m �, . i q �� n i.� ; �: ,j � ,� �s , f.•� �� :� F �� i'- � . . nr N� � r cn.� � a, • 5C '"� ��. rr . ki �ry eS �� :� �`aa i�� i�� �� iM1 in in d� m� � :+' '�.'+ � � O N � n`� 4� �I � 4. Lr. �u,� O C} 4 u i R c uf�. SIF: F� G C�p #f m a ^ 1u8 � 0 p�l p y'l �� [ 1 X i C �4 Cl a O f. %.� i h M1 n� � w � �- i+ i i i t i� i i � -'I r - I }} . iry � W - f_• U C x . W _ � Ni 4i i0 " G � M h1 a il ��v il � N �r L] �i ry i. •t i� !� � Iv r"�Pi� O� 6 iC] T iJ :F 4+' '�11�i i� { ii 1�3 0 F 1 f�i [V - I �'t I� I, � � iy '�r y tv '-�£-F Y'.�" � w . �` Fi � � � .�� ,�,. i� � � � �� � � �' �' :i M u' i. � �v ,'�i � } �' �[ � i � at : i i "r �i � � 2 Ct L1 L'y � - ;; . � � ry � � � b . c�°a '} ,- " _� � � � ., � � J� . :: .d� ��r, � � � '�' n J - „y m .i .i ,i ��� N .a ., .� _� :� � � '°, ..} u { r F� ' �r� _ _ '' . . . � .. �i ,� . I �CI �I � i �l i I I I 1�1 1'1 ''� `� • I il n+� ' Ir� 'l Yi � tJ �i� N i 1 : i ��� � i I ri � p �� f�I � 7 `'I I '4� �I� � iti n; ri !I � 9 � � l ii � � =� �n � �,li }ji r ��� � i�i � , ry r�� �.� �, ,� mf � � �� f °f / a' �, ,a a� '� '�' � .� ,a, �s' �� �X �' ,�, � � � � � � y. !`� r l : � . .I �[ y t�i rr ra - i� l i l £. i . N� � iU � �_ u'ry r� f! ['1 MI'�C II�. Li h , � .ry �, a . � ni ;,� '� � � ��n ' r;. a �.� ^� SI ''1 7� '�� i�. m�!u F, W,`,� a�� xi ... �io- ,�y � in i�. ,`� �. r c. n �ir. � �-. :i �;� `-��� r��.,� �. ..�rN�'F-•r � r W+M�..u.�}.C� �.� :�� �4��C � � � � � � � � � O '� {� � � � l�^ � V�Sj � 4J pr 0 � v � � � � •W � �� , � 1 � i'�1 � � � � � I I � � I I � � .�, � S �. � � � �. • � � � � � � � � ' � � v s� �� � ! , � a � �„ � � = �° � P D � ��� a S �� � r. �� 'U �n n : ' k" ii 9 r, ; .�';` O ,_ ' � ,- �' � � p 3� � 'u�� v � � L ��5� M � s, �' �e � � :� * -� • � ,; �' �� � � i. � ,. � ,��, �. �� �� k' '° ;; � '� . EG u� a � ll I�. �� ' i.i ,�, ��° :i a i? a i�r. .� {.i- G �r � � s:m : n � 6 y � 3 h �^y �,� ..5 rJ ,^� �� y �,'C �'� � i= � i.: � � � P F'.. f '3 a�~ G� t� .. �., ., ' E Y' � i� q �t q) a` K'i, � �� S' ii ii .= '� S �i n n ��� � � J.a �':� m4' � :?.r� � w M�� ti � � ^ ' � I � 'n \] I.�f Y! !I L ;} ii � � ., � � � n �O �, U � ,-, �' •, �� a �a �, ., a .. . _ . A f° `� ,�n�' �� n n �;r, +u .n ir i ro c m i= u u� �s t n�.� ^' � 4 ry sa �y" � W G tl 11 tl � ii �i � rn n.l � M r� i'� h. ��� i � r� I� rYi •i A IS ri i i F- ry• • ry �i � � �i � �I .� �� R a R P :i . +� iA :i � :i'iri N in I 1 � CITY OF FOAT WORTH Playgraand Replaceuieut at OAkhttrst, Worti� Eieiglits, Harrold Pa�[c S'FANpARD CONSTRUCTTON SP�CIFICATIpNDOCUMENTS 162454, 102455, 102463 Revised August i3, 202[ 1 2 � �. � � � � N M �� � � ,� p.. � � � � � � � � � ,1+� � t1i .� � � Q1 � � � � � � � � � � r�+ � � � x ��- ---�-----•--s:-••-- � - -1--------�-----.._.�__. _. 01 32 L6,1 CONSTRiICTIQNPROGRESS SCHEDULE—BASEI.INP.�`CAMPLE Page 3 af 5 i__......--¢-•------ � -----•-•-{-- a---•--....-;---•-•-----;-_.__._ i ----- � : i � ---------� i � , ►�� � � ' � ; � : �"'�I i i •-•_-----•-r-•--- ,._.�-•----rt-•-•-•---�-_.._.---a•-•-•---.-•_._._-----�-•-•-- - fi�i � � E I € �--- � 1�_... - ---- ' ----"'_- ---- - - -...�-- , t" � I � � � i �Ti �•-------fi... .., - - � --i-.,,, ••-t- --- -�.� : _ � � `� = � � �,�,� �,.�_ _ �_ � .f .�..�.. _._._.,a..�:........ M,�.� _ _ �� �a .a .. ... „ ,.�.., � — _ _ .a a i7 � . u t, ., .; ., ., .� �. �. ., � ;, „ , ' t' U� ti � � � ;I w : . � �; n � �i :2 t�S .�� �"—�� :i =a :ti � �=o ..s ;7 ,ry .� . � is Ji � � �i ni �u �� � :T :n �� � �i3 " " n ta m : � . �` � J3 u on-7. p zii� a nr t tJ [ S] _� _h y � ii ti F' � w I.P ��.fi .r � J"4I � 4F 4 n il L�L i� �� � ii Fi ��� i NI ih M �� .+rt. +'� �} ri �i �f n� /� u. M M lii �:F 4 4: + t 4 tii a uF m �h � .�1 � �). iii �F . �l � �3 O tt �t ��.L ,� L�j� a �y '�{` L�. 4 S�� r,rv. Lt �,, ir rt FL' �n ii � yi �i� L n i r: ` Vi r ��. '�.� �� '� s� %, e� r� ,v ii � y' � � , . r� �r LL �f �� � ' �' �' � h �y � � � '� , � {• '�` i� rY '�� b �u i� �„ � �S ;� ��� w � ` �i� N "� � � � 'i u u f � � � � �, ' _: , � � � � z � 7 � : s e' � � o : � i I ' � . e. i i S � y r , � � � T r `+ i 9 ti r ' r ^i � � "S �ri L '� ��� -�� ii ."i .�i .I �: 'h i�. v -5 � :i ��� � �i r- y} — � � � i�l � •r r i ui �i ci �... a� i5 ti4 K� •t ur v W+F. r li f+ ry � n:. . .- u i� V� �. �^ L_ it i •��= F Y i � r i' i• {F �:y �r �� i.t f 1 �� �s '�I �i �� {fi ^ �^r Li L: ��'�� � �{ � � '. �i .5 �� � .'�+ I� 1 �_ 'i w ' � h rl y � '�3 � �`J '�i � '�J � � ta :^' � 5; '� i� . �y � � y� i� i� �i d o ,� � � � �` u� '�� r� �� �� 'n w � c�'a ii r� a a .� °a m "i��� •i � .� i�i +i .� a �i � .a i � - � fl � 7i �,' w. �; r _ v, u o � �� a � ""' _ r, � r.� �=i e� •� �.�i , � �;,,.�; r • s: ��� :1 �� �� '� • � � '� �� . V, , m Fri r a �� . � i�. w:,i�y'� :}. " ^..{ `,b' � ;.� " �•y - � t . . :1 :, — }, .j .. � � � r'� � � � � � � L � .-+ iii 9� V � � �y�y V E3 4+ � � � i� �� � yFL� rL F � � � ! � � � � , � � I � I � 1 ' I � t, I �� � � ; ! . i � � � � � � � � I � � � � � � �: � .� � � ��� & A. t � � A ♦ # n�n� � .�. � 2, p � r� �: o, `�P 7 u � � � <e .�' � � %+ I a � • # + g i� �k � �" �u 'o � .:� � � � F �� 4 � � � �..s� � ���¢ � 9 � � ♦ �Y 4 y� �F �'{.4 � ` � � r N 'L C " 9 ti � �+ � �x �' ,i � n i7 ff � � � n F n � != �, u '� k: ��1' i r kr � ��y r.. � C7 ^ � F!' L .. � ti �'_ � �k jy i � i ri = ,- �� � � � � � r• � w � fp _ ' T � � . G � I'Y 'i R ii i 4 i � Lk � � � �S � � v i h � � n m � � R' � r :. :. �a �i 4 � { = y� 4� x � �' ' � G �� 6i � r.: , i= fLi7 4 .. �U �� E t } �` . F »j � � � ^; � � � � r _, i � y,1}, � � � � �` � �� i� f.} n � i} { � �' � � -I � � F �I r4 ��s .i � � � u r � u � � ti �j m .a � � � � fR ,� 'p Ia� 4i P •i � � n n � �t ❑ , a r•n � � � t� ' � n }f � � �d `ry c �a�r� ., :, �l, � � � �� �:� .. � ., :` �� ��� .. � � A � N ^ a '" �f '� � ,� n%i q r, n �� �,i u n r, q �. � Ik �j" � � '�+ � i � „s � I I � CITY OF FORT WQR1T-3 C'lay�ound Replacemcnt at paklmrst, Worth Heiglits, Ha�rold Park STATIDARD CONSTRUCTI�N SPEC.IFICATTON DOCUMENTS ►024G4, 102465, 1424G3 ftevised August L3, 2p21 Ol 3216.1 CONSTRUCTIONPROCRESS SCHEDUL�—Bt1SELINE EXAIVIPLE Page4ofS CITY OF I'ORT WORTH Playsroand Replace�ztent at O1khm-st, Worth Heigiits, Hatrold Pa�-k S'CANDARI]CONS'['RUCTIO]VSPECIFIC�.'CIONDOCUMeNTS 142454, 102465, i02463 Revised August 13, 2021 Ol 3216.1 CONSTI2UCTfONPROGRESS SC�-iEDULH—Bt1SEL1I�fEEXAMPLS Page 5 af 5 1 END OF SECTION CITY C?F PORT WORTf3 STANDARD CONSTRUCTION SPEC1FfCA"fIOI� DOCUMENTS Revised August 13, 2Q2 [ Playground Aeplacement at Oakl�urst, Wdrtli HeigUts, Harrold Park 1024b4,102465,1024G3 D13233-1 PJt�CONSTRUCTIOT] VIDEQ Page l vf 2 1 2 3 PART1- GENERAL 4 1.1 �UMMARY SECTION 0132 33 PRECON�TRUCTION VIDEO 5 A. Section 7ncludes: � 1. Aci�ninistrative and procedural requiremex�ts for: 7 a. Preconstruction Vzdeos 8 B. Deviations from this City of Fdrt Worth Standard Speci�catioi� 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 I, Di�ision 0— Bidding Requirements, Contract Forins and Conditions o�' ihe Contract 12 2. Division 1— General Requireznents 13 L2 PRICE .AND PAYMENT PROCEDURES 14 A. Measurement and Payment 1� l. Worlc assaciated with this Item is considered subsidiary to the various items bid. 1� No separate payment will be allowec� for this Item. 17 1.3 REI+ERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. 1'i•econstruction Vide� 20 1. �'roduce a pz`econstruCtian videa of the site/aligtiment, including all areas in the 21 vicinii:y of and to be affecte� by construction. 22 a. Provzde digital copy af video upon request by the City. 23 2. Retair� a e4py of the precanstruction videa until the end of tJ�e maiiltenarace s�.irety �4 period, 25 1.5 SIIBMiTTAL,S [l�OT USED] 2G 1.6 ACTION SUBMITTALS/INTORMATIONAL �UBI�LTTTALS [NOT C1SED] 27 Z,'� CLOSEOUT SiTBNIITTALS [NOT II�ED] 28 1.8 MAINTENANCE MATERYAI., SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT U�ED] 30 1.1Q DELIVERY, STORA,GE, AND HANDLIN� [NOT USEDj 31 1.11 FIELD [SITE] COND�TIONS [NOT USED] 32 1.1� �A�RANTY [NpT U�ED� C1T}C flF FORT WQRTH Playgrow�d Fteplacetnent at Oakhu�st, Worth Heigl�ts, Harroid Pa��k STANpARD CONSTRUCTTON SPEGIF[CATTON DOCUMENTS [02464, 1D2465, 1024G3 Revised 7uly I, 2011 a t �z 33 - 2 ��coxsTxucTzoN vm�o Page 2 of 2 1 PART 2- PRODUCTS [NOT LfSED] 2 �ART 3 - EXECU'TION [NOT IISED] 3 END O�' SECTION � Revision Log DATE I NAIviE SUMMARY QF CHANGE CITX OF FORT WOitTN Playground Replacement at Oakhurst, WoEth Heigl�ts, Han�old Park STANDAR9 GQNSTRUC'1'iON SPECIFICATION IIOCUiv1ENT� l02464,102465.,102463 fte�ised July l, 2D l 1 o�33oa-i 5U13MiTTALS 1'a�e � of 8 l 2 3 PART1- GENERAL 4 I.l SUMMARY SECTION 0133 UO SUBMITTALS S A. Section Includes: � 1. General mefhods a�.d requirements of submissions applicable to t.�e following � Work-r�lated submittals: g a. Shop Drawings 9 b. Praduct Data (including Standard Product List submittals) Y d c. Sample� � � a. Mo�� ups 12 B. Deviations frnm this City ofFnrt Worth Standard Speci�'ication I3 1. Nonc. 14 C. Re�ated Specificat�.on �ectiazzs include, but are not necessarily limited to: 15 1. Division Q— Bidding Requirements, Contract Forms and Conditions af the Con.tract x 6 2. DiviSion 1— General Requirements 1'7 1.� PRICE AND PAYMENT PRDCEDUItES 1 g A. Measurement and Paymcnt 19 1. Worlc associated witla this Item is considerea subsidiat�z to the various items bid. 20 No separate paytzzcnt will be allowed foz' thrs Item, 2I 1.3 REFERENCES [NOT I1SED] 22 1.4 AIlMI1VISTRATIV� REQLTrREMENTS 23 24 25 2b 27 28 29 30 31 32 33 34 3S 36 37 38 A. Coordiz�atior� 1, Notify the City iti writit�g, at the time of suhmittai, of any deviations in the submitta.Is fro�n the req�irements of the Cailtract Docum.ents. 2. Coo�di�.ation of Submittacl Times a. 1'repa.re, prioritize an.d txansmit each submiiCal sufficiently in adva�ce of performing the related Worlc or ather applicable activities, or within the lime specz�ed in th� individual Worlc Sectia�xs, of the Specifications, b. Cnntractor is responsible such that t,h� instal�a�ion wi�l not be delayed by processing times ancIuding, but not lixnited to: a) Dis�pproval and resubmittal (if required) �) Coorditzatian with other submittals c) Tes�ing d} Puxchasing e) Fa�ricati�n tj Delivery g) �iinilar sequeneed activities C1TY OP PORT V,WQRTH Playground Replacement at Oak�iuzst, WOYI�i HCkg�7f3, Harro[d Park STt1[YDARD CON57'RUCTTQN SFECIFICATION bOCIJMENTS 1Q24b4, 1024G3, 1fl2963 Revised December 20, 2p l2 OS330D-2 SiTBM1TTAL5 Page 2 of 8 ] 2 3 4 5 b 7 8 9 ia 11 12 13 14 15 16 17 1$ 19 20 21 22 2� 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 c. No e�tension of time will be authorized because afthe Contractor's failure ta transmit sub�vittals suffi�iently in advance of the Work. d. Malce subinittals promptly in accordanee with approved schedule, and in. such sequence as to cause no delay in the Work ar in the vvork of any other contractor. B. Submittal Numberin� 1. When subrz�itting shop dravwings or samples, utzlize a 9-character submi�tal cross- reference identification numbering system in t1�e following m.anner: a. Use th� f�rst 6 di�its of the applicable Specification Section Number. b. For flae next 2 digits number use numbers �1-99 to sec�uentially nu�nber each initzal separate item or drawing submitted under each speci�c Section number. c. Last use a letfier, A Z, i�dicating the resubnussion of'the same drawing (i.e. A=2nd suh�ission, B-3rd submission, C--4th submission, etc.). A typical submittal number would be as �ollaws: 03 30 00-08-B ].} 03 30 00 is the Speci�icafion Section for Concreie 2) 08 is the eighth initial subrnittal under this Specification Section 3) B is the tlaird submission (second re.submission) of t1�at particuIar shop drawing C. Contractor Certi�"ication 1, Review shop drawings, praduct data and samples, includin� those by subcontractors, prior ta submission to determine and ver�fy the %Ilowing: a. Field measurements b. Fiald construction criteria c. Cataiag numbers and similar data d. Conformance with the Contract Documents 2. Provide each s�iop drawing, sample an.d pxoduct data submitted by the Contractor with a Certifieation Staterxzent affixed including: a. The Contractor's Conipany name b, Signature oi submittal reviewer c. Certification Statemezat 1) "By this submittal, I hereby �epresent that I have determined and verified �e1d measurements, field construction criteria, materials, dimensions, caialag; numbers and similar data and I have checked and c�ordinated each item vvifh other applicable approved shop drawings." D. Submzttal Fnx�mat 1. Fold shop dxawings larger than 8'/� inches x 1 I inches to 8 1/2 inclaes x l linches. 2. Bind shop drawings and product data sheets to�ether. 3. Order a, Ca�er �heet 1) lllescription of Pacicet 2} Contractor Ceriiiicatzon b. List of items 1 Table o� Cantcnts c. P��oduct Data IShop Drawin.gslSamples /Calculations CIT1' OF FORT WORTH 1'lay�round Replacement at Oakl�uist, Wortli Heights, Hars�old Pai'k STt1NDARD CONSTRUCTION SPECIFICATION DOCLJMENTS 1024(�4, 1R24b5, 1�2463 Revised December 20, 201Z oi33ao-3 SUBMITTAL5 Page 3 of 8 E. Submittal Content 2 3 4 5 6 7 & 9 10 11 1. The dale of subrnission and the daties of any previous subinissions 2. The �rnject title and number 3. Contractor iden�ifrcat�on 4. The uames af a. Contractor b. �upplier c. Manufacturer 5, Identificataon of the product, with the Speci�cation Section nuzr�ber, pag� and parag�raph(s) 6. Field dizn�nsions, clearly ide,ntified as such IZ 7. Relation to adjacent or critical features of the Work or maferials 13 8. Applicabl� st�ndards, such as ASTM or Federal 5peci�ication numbers 14 9, Ident�fication by highlighting of deviations irom Con.tract Docuznents i S 10. Ideiltifiication by highlighting of revisious oja resubmittals lb 11, An 8-inch x 3-i��ch blanl� space for Contractor and City stamps 17 18 19 2D 21 22 23 24 25 26 27 28 29 30 31 32 33 3A� 35 3b 37 38 39 40 41 42 43 44 45 F. Shop Drawings 1. As specifiied in i�ldividual Work Seetions includes, but is nnt neeessarily Iimited to: a. Cusfiom-prepared data such as fabrication and erection/rnstallation (working) drawings b. Scheduled information c. Setti�g diagrams d. Actual sl�opwork �anufacturing inst�v.ctions e. Custom templates f Special wiring diagrams g. Coordinatzon drawiz�gs h. Irldividual system or equiprr�ent inspection aasd test reports including: 1) Performa.nce curves and certificatians i. As applicable to the Worlc 2. Details a. ReIation of the various parts to the main members and lir�es of the stx-ucture b. VVhexe carrect fabrication of the Waz'lc depends upon field measurements �) Provide such measurements and note on t.he drawings prior to submitting for appxoval. G. Praduct Data l. For submittals of product data for products included an the City's Standarc� 1'roduct List, clearl� identify each item selected for use on the Project. 2. Far submittals of product data for peoducts �ot included on the Cifiy's Standard Product List, submittal data �ay ii�clude, but is nat �ecessar�ly lirruted to: a. Standard prepared data for manufactured products (sometimes referred io as catalag data) 1} Such as the matiu�acturer's p:roduc# speczfication and installation ins�ructions 2) AvaiXability of colors and patterns 3) Manufacturer's printed statements af compiiances and appIicability CITY OF FORT WOATH Playground Replacement at Oakhu�st, Worth Heights, Harrnld Park STANnARD CONSTRUCT[OIV SPECIFICATION BOCLTMENTS I Q2464, l �2465, 102463 Revised December 20, 2012 OI3300-4 SUSMITTALS Page � of 8 I 2 3 4 S 6 7 S 9 lo 11 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 2G 27 28 29 �0 31 32 33 34 35 36 37 38 39 40 41 42 �3 �4 45 46 47 �-j Roughing-in diagrams and templates 5) Catalog cuts b) Pxaduct phatagraphs 7) Standaz'd wiring diagrams 8} Printed perfos�ance curves and nperational-range diag�rams 9} Produetion or quality contx�ol in.spection and test repo�ts ai�d certifica�ioi�s 10) Mi11 �'eports 11) Product operating and maintenanee instiructioi�s and re�omrn.ended spare-parts listin.g a.nd pr'vated product warranties I2} As appficable to the Warlc H. Sainples 1. As specified zn individual Sections, include, but are not necessarily liz�ited to: a. Physical examples of the Worlc such as; 1} Sections af manufactured or fabricated Work 2j Small cuts or containers of materials 3} Complete units of r�petitzvely used products colorltexturelpattern swatehes and range sets 4) Specimens for coord'znation of visual effect 5) Graphic symbols and units af Work to be used by the City fox independent inspection and testing, as applicable to the Worit I. Do not start Work requirit�g a shop drawing, sample or produci data nor any :material to be fabricated or instalXed prior ta the approval or qualified app�oval of such item. 1. �abricatian perfortned, materials purchased or on-site �o�siruction accomplished which daes not conform to approved shap drawings aud daia is at the Contractox's rislc. 2. The City will not be Iiahle for any expense c�r delay due to corrections ar remedies required to accomplish cor�armity. 3. Complete project Worl�, materials, £abricat�ion, and installations in canfarmance with approved shap drawirags, applicable samples, and praduct data. 7. Subm.ittal D'zstribution 1. Elect�'onic Distribut�an a. Confum development of Projec.t directory for electronic submittals ta be uploaded to City's Buzzsaw site, or anather external FTP siie approved by the City. b. Shop Drawings 1) Upload su�amittal to designated projeci direetory and notify approp�iate C�ty representati�res via email of suhmittal pasting. 2) Hard Capies a) 3 copies for alI suhmittals b} I£ Contractor requires more ihan 1 hard copy of Shop Drawings returned, C.ontractor sha11 submit more than the n.uanber of copies listed ahove. c. Product Data 1) C7pload submi.ttal to designated project dir�ctory and nofiify apprapr�ate City representa.tives via e�nail o£ submittal postir�g. 2) Hard Copies a) 3 copies for aIl submittals CITY OF FOItT WORTH Ylay�'ound Rsplaceinent at OakUui'st, Wmtki Heiglrts, Harrold Park STANDA1tD CQNSTRLiCTTO�I SPECTFICATION DOCUNEENTS 142464, 102465, 102463 Ltevised ]]ecember 2D, ZOl2 0� 33�Q-5 SUBMI7'T'ALS Page 5 af $ 1 2 3 4 5 � 7 8 9 ia 11 12 I3 14 15 16 17 I8 19 2a 2I 22 23 24 d. Samples 1} Disiributed ta the Project Representative 2, Hard Copy Dzstril3utian (if required ira Iieu af electxonic distribuYaon) a. Shop Drat�vings I) Distributedto tlae City 2) Copies a) 8 copies for miechanical subxnittals b) 7 copies for all other submittals c) � Contractar requires mare than 3 copies of Shop Dxawuigs returned, Conhactor shall subarit mare thaxi the numbe:r of capies Iisted above. b. Product Data 1) Distributed to the City 2) Copies a} 4 copies c. Samples 1) Dis�ributed to the Froject Representa�ive 2) Copies a) Submit the zaumber stated in the respective Specification Sections. 3. Distribute reproductions of appraved shop tfrawings at�.d copies o�' approved product data and sa�xzples, where requirec�, t4 the job site file and elsewhere as directed by the City. a. Prnvide m�.znber af copies as directed by the City but not exceeding the nutnber pre�iously specified. K. �ubmittal Re'view 25 1, The revievv of shop drawings, data and samples wi11 be for general conformance 26 wzth the design concept and Cnntract Documents. T�ais is not to be construed as: 27 a. Fermitting any departure frorza tl�e Contract requirements 2� b. R�Iieving the Contractor oiresponsibility for any errars, including deiails, 29 dimensions, and materials 3� c. Approving departures frozn details furnished by the Ciry, except as otherwise 31 provided hereiu 32 2. The review and approval of sk�op drawings, sam.ples or product data by the City 33 does not relieve the Contractor fro:m his/her responsibility with regard to the �4 fuliillTnent of the texms of fhe Coniract. �S a. All rislcs af error auc� omission are assumed by tk�e Contractor, and the City will 36 have no respousibility therefor�. 37 3. The Contractor remains responsible for details and accuracy, for eoordinating the 3 g Wnrk with aIl other assoczated worlc and trades, foi° selecting fabrication pracesses, 3� �or techauqucs of assembly and for perfo�xning Worlc in a safe ma��ner. 40 4. If the shop drawings, data or samples as submitted describe �ariations and show a 41 departure from the Contxact requirerzaents whic� City finds to be ia the interest of 4� the City and to be so Yninor as not to znvolve a change in Contract Price or time %r 43 perfortzzance, the Czty may returu the reviewed drawings without nating an 44 exception. 45 5. Submittals will be returned to the Contractor under 1 of fi.�ie following coc3es: 46 a. Code 1 CITY OF FORT WORT�i Playground Replacement at Oakl�urst, Wo�th Heiglrts, Harrold Park S'i`,AI�#I]ARD CpNSTRLFCTION SABCIFICATION DOCITMEN�I�S J 024fi4, 1 Cl24b5, 1i72463 Revised Decentber 20, 2p 12 o� 33ao-6 SUBIvIITTALS Page b af S 1 2 3 4 5 6 7 8 9 10 I1 12 13 14 15 16 17 I$ 19 20 21 22 23 24 25 2G 27 28 29 30 31 32 33 3� 35 3b 37 38 39 40 �1 42 43 44 45 46 47 48 0 c. Q I) "NO EXCEPTTONS TAT�EN" is assigned when tllere are i10 natatzous or coinments ou the s�lbmittal. a) When returned under this code the Contractor may release the equipnnent andlar zaaaterial for naanufacture. Cade 2 1) "EXCEPTIONS NOTED". This code is assigned when a can�rination of the notations and corrunents IS NO'I' rec�uixed hy the Contractor. a) The Contractor may releas� the equipment or material �or manufactw•e; however, aIl aotations and conaments must be incarporated into the final product. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combuaation of codes is assigned when notations and comments are extensive e�ough to require a resubtniital of the paelcage. a) The Conkractor may release the equipment ar material far manufacture; however, all natations and camments mu�t be incorpozated into the �nal pr.oduct. b) This resubznittal is to address all eomments, omissions and non-conforzning items that wer� noted. c) Resubznzttal is to b� received by tFie City rvithin 15 Calendar Days of the date of the City's transznit�al requiring the resubmittal. Code 4 1} "NOT APPROVED" is assigned when the submittai does not meet t�ae intent of �he Contract Dacum�nts. a) The Co�tractox must resubmit the entare package zevised to ��g the submitial in.ta conformance. b} It may be necessary to resubnczit using a different ma.t�ufacturerlr�endor to meet th� Contract DoCuments. b. Resubrn'it�als a. Handled in the same manner as £'trst submittals I) Coz�reciions other than requested �y �k�e City 2) Mark�d with revision teiangle ar other si�nilar method a} At Contractor's rislc if n.ot rnarked b. Submittals for each item will be revievcTed r�o more tlaan twice at the City's expense. 1) All subsequent reviews will be per�ormed at times canvenient to the City. and at �lae Contractax's expense, based on the City's or City Repr�sentative's then prevailing rates. 2) Pravide Contractor reimbursernent to the City within 30 Calendar Days for all such fees invoiced by the Ciry. c. T�Ze need far more than 1 resubmission or any ather delay in obtaixiin� City`s review of submittals, wi11 not entitle the Contractor to an extension of Con�ract Tune. 7, ParCial Submitta.ls a. City reser�es the rigbt to not review submiitals deemed partial, at the City's discretion. b. Subrxuttals d�;emed by the C�ty to be not complete will be reiur:ned to ihe Contractor, and �vill be consi�ler�d "Nat Appraved" uniil resu�mitted. C1TY OF FOIiT WO1tTH PlayginundReplacement at Qaklmrst, Wotth Heights, Harrold Paxk BTANDARD CONS'FRUCTI�33 SPECIFICAT[ON DOCUMENTS 102454, ] 02465, 102463 Revised December 20, 2012 Q l 33 00 - 7 SUBNIITTAL5 Page 7 of$ 1 2 3 4 5 6 7 8 9 zo 11 c. The City txiay at its option provide a list or mark the subinittal directing the Co�tractor ta the areas that are incot�nplete. 8. If tlae Gontractor considers any correction i�dicat�d on i:�ae shop drawings to constitute a change ta the Contract Documents, t;hen written notic� must be provided thereof io the City ai least 7 Calendar Days pt•ior to release fnr manufacture. 9. When the shop drawings �ave been completed to the satisiaction ofthe City, the Contractor may carry out ihe canstzuction in aecordance therewith arid no fitrther ch�nges therein except upon writien inst,rtzctions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. 12 L. Mock ups 13 Z. Moclf Up u�aits as speci�ed in indi�idual Sections, include, but are not necessarily 14 liz�ted to, complete units o�'the standard of acceptance for �hat type of Work to be 15 used on the Project. Remove at tlae completia�a nf the Wor1c or when directad. lb 17 IS 19 20 21 22 23 24 25 26 M. Quali�cations I. If speci�'ically requiz'ed in othez' Sections of these Specifications, submit a P.E. Certi�ication far each i�;zn required. N. Request for Information (RFn 1. Contractor Request for additional informatzon a. Clarification or interpretation of the cantract documents b, When the Contractar believes there is a conflict between Con�ract Dacum�nts c. When the Contractor beiieves there is a conflict between the Drawings and Specifications 1) Identify t;he coilfl.ict and request clarificatio� 2. Use the Request for Information (RF� form pra�ided by �he City. 27 3. Ntunbering of RFI 28 a. Pr��x with "RFI" followed bq series number, "-xxx", beginning wi�h "01'° and �9 increasing sequentiaZly with each additional transmittal. 30 4. Suffcient informatinn shall be attached to p�r�nit a written response withouC further � 1 information. 32 5. The City will lag each request at�d wi11 review t�e request. 33 a. If review oi the project informatioi� request ind�cates that a change to th� 34 C.ontraci Documents is required, the City will issue a FieId Order or Change 35 Order, as appropriate. 36 1.5 �LIBMITTALS [NOT USED] 37 L6 ACTION SUBMITTALSIINFORMATIONAL �UBMITTALS [NOT USED] 38 1.7 CLO�EOUT SIIBM�TTALS [NOT USED] 39 1.8 MAINTENANCE MATERIAI, SUBII�IITTALS [NOT USED] 40 1.9 Qi1ALITY ASS�CIRANCE [NOT USED] 41 11p DELIVERY, STORAGE, AND �AIY�LTNG [NOT U,SED] CITY pF FORT WORTH Playgrottnd Replacement at O�tkhuist, Worth HeighYs, Aarrold Ptu�k STANDARD CDNSTRUCTION SPECTFICATION DOCLTMENT,� ]02A64, [024fi5, 102�4G3 Revised Decem6er 20, 2012 0133D0-8 5UF3MITTALS Page S of S 1 1.11 FIELD [SITE] COND�T�ON� INOT ZJSED] 2 1.12 WARRANTY �NOT USED] 3 PART 2 - PRODIICTS [NOT �[]SED] 4 PART 3- EXECUTION [NOT USED] 5 b DATE 12/2012012 7 END OF S�CTION Revision Log NAME SUMMAAY OF CHANGE ➢. 7ahnson 1.4.K. $. Working Days modified to Calendar Days CI'I'Y OF FORT WORTH Playgrouird Replace�nent at Qa]€haist, Wortli Heig7�ts, Harrold Park STANDARD CONSTRUCTION SPECIFICATIOI+I DOCLJMENTS ] 02464, 102465, 1024G3 Revised December ZQ, 2012 014523 TESTI'NG AND INSPECTIONSERVICES SECTION U1 �� 23 TESTING AND INSPECTION SERVICES PART1� GENERAL 1.1 Si]MMARY A. Seciion Includas: 1. Testing and inspection services procedures and coordinatian B. Deviations from this City of Fort Woxih Standard �pecifcatian 1. None. Page 1 of 2 C. Related Specificat�on Sections include, but are nat necessarily limited tQ; 1. Division 0— Bidding Requiremez�ts, Contract Forms and Conditioas of the Contract 2. . Divisioza 1— General Requirements 1.� PRTCE AND PAYMENT PROCEDU1tES A. Measurernent and Payment Wo�lc associated wifh this Ytem is c.o�sidered suhsidiary to the variaus Items bid. No separate p�yment will be alIowed far this Itern. a. Contractor is responsible for performing, coordinating, and payinent of all Quality Contral testing. b. City is r�sponsible �'or performing anclpayment for firsi set of Qualiry Assurance testing. 1) If tIie first Quality Assurance test perforined by the City fa.ils, I:he Contractor is responsible for paymettt of subse.quent QuaIity Assurance testing until a passing test occurs, a) Final acceptance will n.nt be issued by City ur�til all required paynnents £or testing by Contractor have been paid in full. I.3 RETERENCES [NOT USED] 1.4 AD�1�IV�STRATIVE REQUIREMENTS A. Testing 1. Compl�te tesiing in aecordance w�th the Contract Documents. 2. Coordinatior� a. When t�sting is xequired to be pez'formed by the City, notify City, sufficieutly in advance, whe.n testing is n�eded. b. When testing is r�quired ta be conapleted by t11e Contractor, notify City, suffciently in advance, that testing wiIl be performed. 3. Distributian of Testzng Repoi�ts a. Elecf�onic Distribution 1) Confz�rn develapment af Praject directoiy for eIectrfln.ic subnnitials to be uploaded ta the City's docuznent manageznent system, ar another ex�ez�nal FTP site approved by the Gity. CITY OF I'OR'f WORTH [Insert Project Name] STA7V]]ARD COI�iSTRUCTION SP�CIFICATION DOC[JMENTS [Insert Pt•ajestNumber] 12evised Maech 9, 2620 01�5Z3 TESTIlVG AN� INSPECTION SERVICES Page 2 of 2 2) Y7pload test reparts to designated project directary and notify appropxiate City representat�ves via ennail of subnaittal pastin.g. 3} Hard Copies a) 1 copy f�r all submittals submitted to the Pro3ect Repres�ntative b. Hard C.opy Distribution (if required in lieu oi electronic dzstributian) 1) Tests perfarmed by City a} 17istribute I haxd copy ta the Cont� actor 2) Tests performed by the Contractot• a) Distribute 3 hard capies to City's Proj ect RepresenYative 4. Provide City's 1'roject Representati�e witla trip tickets far each delivered laad of Concrete or Lime material including tk�e following informatian: a. Name of pii b. Date of delivery c, Material delivered B. Inspection 1: Inspection or lack o� inspeetion does not relieve t31e Cant�•actor from obligation to perfoim work in accordance with the Contract Documents. 1.5 SUBMITTALS [NOT LTSED� 1.6 ACTI�N SUBMITTALSIINFORMATIONAL SUBII�IITTALS {NOT YTSED] L� CLOSEOUT SUBMITTALS [NOT LTSED] 1.8 MATNTENANCE MATERIAL S[]BIVIITTALS [NOT USED] 1.9 QUALITY ASSUiZANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED� 1.1� WARRANTY [NOT USED] PART z - PRODUCTS [NOT iTSED] PART 3 - EXECUTIDN [NOT USED] END �F �ECTION Revision I.og DATE I NAME � SiTMMARY OF CHANGE 3/.9/202D D.V. Magana Remove� reference to Buzzsaw and noted that eleci�onic suUmittals be uploaded through the Ciry s document management system. CITY OF FpRT WORTH [IsisectProjectName] STANDARD CON�sTRLJCTION SP�CIFICI1.TIqN DOCUMENTS [Inse�tProjeetNumber] Revised March 9, 2020 0150OD-I TENIPORARY FACILITIES AIVD CONTROI.S Page 1 pf 4 1 2 SECTION 41 a0 00 TEMPORARY FACILIT7ES AND CONTR4LS 3 PART 1 - GENERAI, 4 7..1 SiJMMARY 5 A. Section Includes: G Z. Provide temporary faciiities an.d controls needed for the VJork including, b�xt not 7 necessarily limtted to; S a. Temporary uiilities 9 b. Sanitary faczl.ities r� c. Stora�e Sheds aaid Buildings 11 d. Dust cantrol z 2 e. Temporary fencing of the construction site 13 B. Deviations from this CiLy of Fort Worth Standard Specification 14 1. None. 1S 16 r� 18 1.2 C. Related Speci�'ica�ion Sections inclucle, i�ut are not n�cessarily li_mited to; 1. Division Q— Biddin�; Req�irements, Contract Fprzns and Conditions o.f the Contt-act 2. Division 1— Geaeral Requirements PRICE AND PAYMENT PROCEDLJRES 19 A. Measurement and Payment 2a 1. Worlc assaciated with this Ii�m is considered subsidiary to the various Ite�zs bid. z1 No separate payrn.ent will be allnwea for this Itcm. z2 1.3 REFERENCES [NOT U5ED] 23 1.4 ADMINISTRATTVE REQi1IREMENTS 24 25 2G 27 28 29 30 31 32 33 34 35 3b 37 38 39 A. Temporary Utilities I. �bYaining Temporary Service a. Malce arrangements �vith utility sezvic� campatzies for temporary services. b. Abide by rules and regulatia�.s oiutility service companies or auti�orities having juarzsdictian, c, Be responsihle for utility service costs until Work is approved fox Final Accepta.nce. 1) �clud�d �re fuel, p.ower, Iight, heat and ot.fier utility services necessary for executinn, coinpletion., testing and initial apez•atifln of VtWarl�. 2. Wate�• a. Contractnr to pravide water required for and in connection wi�h Worlc to be performed at�.d for specified tests of piping, equipment, devices or other us� as required for t.he completion af the Worlc, h. Pravide and maintain adequate supply of pokabl� water for damestic consumptiox3. by Contractor personnal and City's Project Representatives. c. Caardination CI7'Y OF FORT }I�OS�TH Playground l2epllceinent at.0akhutst, Wartl� Heigl�ts, Ha��•otd Park STAI�BARD CdNSTRUCTION SP�CLFICATION DOCUMENTS [024.64, 1U2465, 102463 Revised JuEy ] , 2011 o�saoo-a TE1V]PpRA.RY F'AClLIT�S AND COfV'I'ROLS Page 2 af 4 � 1) Contact City 1 week before water for constraction is desired 2 d. Cor�tractor Paym.ent for Constructian Water 3 1} Obtain consiruction water meCer from City far payment as billed by City's 4 established rates. 5 3. Electrieity ai�d Lighkzzzg b a. Pravide and pay for electric powered sereice as required for Work, including � testing of Wark. g I) Provide power far lighting, operatian af equipment, or other use. g b. Electric power service includes temporary power service or generatar to 1� maintain �perafiions duriug scheduled shutdavvn. 11 12 I3 14 15 16 17 18 19 20 21 22 23 2�4 2S 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 4. Telephone a. Provide emerge�cy telephone servzce at Site for use by Cnntz'actor persoz7nel and others performi:ng vvork ox furz�ishing services at Site. S. Temparary Heat and Ventilation a. Provide temporary heat as necessaxy %r protection or completion of Work. b. Provide temparary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary faeilities for pe:rsons on Site. a. Comply with regulatioz�s of State and Ioeal departments af health. 2, Enforce use af sanitary facilities b� construction pexsonnel at job szie. a. Enclose and anchor sanitary facilities. h. No discharge wzll be allowed from these facilities. c. Col.lect and store sewa�e ar�d wast� so as not to cause nuisance or health problexn.. d. Haul sewage and waste ofF site at no less tl�an weekly intervals and pxaperly dispase in accardance vvith applicable regulation. 3. Loeate facilitaes near Woxk Site and keep clean and �naintained �raughout �'roject. 4. Rer�aave facilities at completian of Project C. Storage �heds and Buildings 1. Provide adequately ventilated, waterti�ht, weatherproaf sto�rage fa�ilities with floar above �'ound level for materials and equipment susceptible ta weather damage. 2. Starage of materials not susceptible ta weather damage may be on blacks off ground. 3, Siore materials in a neat and ordez'ly rr��er. a. PJace materiaJ.s and equipnaent to permit easy access £or iden�ification, inspection and inventory. 4. Equip buildin� with lockable doors and lighting, and pra�ide electrical service for equipment space heaters and hea�g ox veiitilaiian as necessary to provid� storage environznents acceptabie to speeified manufacturers. 5. Fill and grade site f�r temporary structv�xes ta �rovide drainage away from temporary and existing buildings. 6. Ren�ove building from site prior fo Final Acceptance. 43 D. Tempora�y Fencing 44 1. Pravide and maintain fox the duration or constructio�a when requixed in contract 45 documents CTI'Y OF FORT WORTH Piayground Replacement at Oaklm�st, Worth Heights, Ha�rold Park STANDARD CONBTItUCT10N SPECIFiCATION DOCUMENTS 142464, 102465, l024G? Revised 3u4y 1, 201 L otsoaa-� TEMPOI�ARY FACILITIE$ ANll CONTItOLS Page 3 o£ 4 1 E. DLl9f C011tTOI 2 l, Contractor is responsible for.maintaiaing dust contt-ol iht�augh the duraiion of the 3 proj ect. 4 a. Contractor xennains on-cali at al1 times 5 b, Must respond in a tizmely manner 6 F. Ternporary Prot�ction of Construction 7 1. Contractor or subcozltractors are responsible for protecting Work frazxa dalnage due 8 to weather, 9 1.� SUBMITTALS jNOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL Si7BMiTTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS �NOT U.SED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NQT USEU] 13 1.9 QUAL�TY ASSZ7RANCE [NOT U�ED] 1� ]..�.Q DELIVERY, STORAGE, AND HANDLING [NOT USED] I5 l.l.� FTELD [SITE] CONDITIONS [NOT USED] I 6 1.12 WARRANTY [NOT IISED] 17 PART Z- PRODUCT�S [NOT iTSED] i 8 PART 3- EX�CUTrON [N4T US�D] 19 3.1 iNSTALLERS [NOT T.TSED] 20 3.2 EXANIINAT�ON �NOT USED] 21 3.3 PREPARATION [NOT i7�ED] 22 3.4 IN�TALLATION 23 A. Temporary Facilifies 24 1, Maintain all tempoxa�ry facilities fax duration of canstruction aciivities as needed. CITY OF F0�2'1' lWORTH Playgrottnd Re�iacement at Qaklturst, Wortli Heigltts, HarroEd Park STANDARD CONSTRUCTION SPEC�iCATION DOCUMENT'S 1024G4, E02465, 1024b3 Revised July l, 201 l o� sa ao -a TEMPORA1tY PACILITIES AND GE]NTROLS Page 4 oF4 1 3S [REPAIR] 1 [RESTORATION] 2 3.6 RE-INSTALLATION 3 4 5 6 7 3.7 FI�LD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STAR.TiIP [NOT USED� 3.9 ADJUSTING [NOT USED] 3.10 cLE�rrG INOT usEn� 3.11 CLOSEOUT AC'T�VITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilifiies and restore area after eoznpleiion of the Work, to a 10 condition equal to or hetier tl�.az� prior to start of Worl� 1 ] 3.1� PROTECTION �NQT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.1�# ATTACIl1VIENTS [NOT USED] 14 15 DATE NAME lb END OF SECTION Revision Log SUMMARY OF CIIANGE CITY OF FORT WORTH Playgrouad Replacement at OakUurst, Wortl� Heigl�ts, Harrold Park STANDARD CONSTRUCTI�N SP�,CIFiCATION DOCLTMENTS 1a246�F, 1Q24G5, i02463 Revised duly 1, 241 [ 015713-1 STaRM WA7'ER PdLLi7TI07V PREVEN7'ION Page ! of 3 1 2 SECT�ON D1 5713 STaRM WATER FOLLUTION PREVENTION 3 YART1- GENERAL 4 1.1 SUIVIMARY 5 6 7 S A. Section Inclu�es: 1. Pro�edures far Storm Water Pollution Prevention Plans B. Deviations frpm this City of Fort Worth S�aadard Specificatioza 1. None, 9 C. Related Specificatzon �eetions inelude, but ar� not necessariIy limiied to: 10 1. Divisia� 0— Bidding Requirements, Contraci Forms and Conditions of the Cankract I 1 2. Division 1— General RequirEments 12 3. Section 31 25 b0 — Ez'osion and �ediment Confixol 13 1.2 PRICE AND PAYMENT PROCEDURE� 14 15 16 17 1$ 19 A. Measurement and Payr�,ent l, Constructi�n Activities resulting in less than 1�cre of disiurbauee a. Worlc assaciated with this Item is considered subsidiary to tbe various Items bid, No separate payment vaill �e allowed for this Item. 2. Constructi.on Activities resulting in gr�ater than 1 acre of disiurbance a. Measurement and Payment shall be in accorda�ce with Sectian 31 2S Oa. 20 i.3 REFERENCES 21 A. Abbreniations and Acronyzxzs 22 1. Nokice af Inteni:: NOI 23 2. Notice of Termina�ion: NOT 24 3. �iorm Water Pollution Prevention Plan; SWPPP 25 4. Texas Coz�mission on Environmental QUaIity: TCEQ 2b 5. Notice of Change: NOC 27 28 29 30 31 32 A. Refereace Standards 1. Reference standards cited in ihis Specification refer to thc current r�ference standard published at the time af tl�.e �atest revi,sion date logged at t:�.e end of this Spe�ificatian, unless a date is specifically eit�d. 2. Inte�ated Starm Mat�agement (ISWM} Technical Manual for Construction Gontrols 3.3 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Ge�eral 35 1. Cantractor is respansible for r�solution and payment of any �incs issued associated 3b wifiJ� complia.nee to Starm water Pollution Prevention Plan. CITY OF FORT WORTH Playground Replacement at Oakhe�rs.t, Woekh Heigl�ts, Harrold Park STANDARD CONSTRUCTIQN SPECIFICAT1dN b(7CU�V[EIVTS ]02464, 102465, 1029G3 Revised Jn[y l, Z011 015713-2 BTORM 4i�A'i'ER POLLUTION PREV�NTTON Page 2 of 3 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 16 17 18 19 za B, Construction Activities resulting in: 1 � 3 Less than 1 acre of disturbance a. 1'ro�zde erosion aiad sediment control in accordanee with Seciion 31 25 40 and Drawings. 1 to less than S acres of disturbance a. Texas Pallutant Discharge Elimitsation. System (TPDES) General Construction Permit is required b. Cnrx�plete SWPPP in accordance t�itih TCEQ requirements 1) TCEQ Srna11 Construcfian Site Notice Required under general pertlazt TXR150fl00 a) Sign atld post at job site b) Prior to Praco�truction Meeting, send 1 copy to City Depar(aa�ant af Transportation and Puhlic Works, Environmental Division, {817) 392- 6088. 2) Provide erosian and sediment control in accardance wstl�.: a) Sectio� 31 25 00 b) The Drawings c} TXR15000a General Permit d) SWPPP e) TCEQ requirements 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination 5ystem (TPDE5) Gen.eral Consiructian Pern-�ii is rec�uircd b. C4mplete SWPPP in accordan.ce with TCEQ requirem�nis 1) Pr�paxe a TCEQ NOI farm and submit to TCEQ along witi� required fee a) Sign and post at jab site b) Send copy fo Ciiy Department af Traassportation and Public Works, Envirormmental Division, (817) �92-608$. 2) TCEQ Natice of Chazl�e required if znaleing changes ar updates to NOI 3) P:rovide erosinn and sediment control in accordance wiih: a) Section 31 25 00 b) T�ae Drawings c) T�R150000 Geiieral Permit d) swPP� e} TCEQ requirements 4} Once the project has been completed and alI the closeout requirements af TCEQ have baen met a TCEQ Notice of Te�xaainaiion can be submitted. a) Send copy to City Department oiTransportation and �ublic Works, Environmental Divi�ion, {817) 392-6088. 21 22 23 24 25 2b 27 28 29 3D 31 32 33 34 3S 3b 37 38 39 40 1.5 SUBMITTALS 41 42 43 44 45 46 A7 A. SWPPP 1, Submit in accordance with Sec�ion �� 33 00, except as stated I�erein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to ihe City as follows: 1) 1 copy to the Cify Pxaject Manager a) City Project Mana�er will forward to tJse City Department af Trans�ortation and Public Works, Eiivironrnental Division for review C1TY OF FORT WOItTH Play�round Replacement a! Oaklnu'si, Woctli Heiglrts, Hatrold Park STANBARD CONSTRi1C`I'ION SP�C[FICATION DOCUMEAITS 1a24b4, 102465, 1024G3 Revised 7uly 1, 2011 O1 5713 -3 STORM WATER POLLi7TION PREVE7VT103+I Pa�e 3 af3 1 B. Mod'rfied SW�'PP 2 1. If thc SWPPP is revised du�ring construckion, resubmitmodified SWPPP ta the City 3 ixt accorda.ncc with Section Ol �3 00. 4 1.6 ACTION SLTBMITTALS/TNFOItMATIONAL SUENIITTALS [NOT USED] 5 1.7 CLOSEOUT SUSMITTALS [NOT iT�ED] 6 1.8 MAINTENANCE MATERIAL STTBMITTALS jNOT I7SED] 7 1.9 QUALITY ASSU1tANCE [NOT USED] 8 110 DELIVERY, ST�RAGE, AND HANDLING [NOT i1SED] 9 111 FIELD [SITE7 CdNDITIONS [NOT USED] 1D 1,1.� WARRANTY [NOT USED] 11 PART 2- PRODIICTS [NOT USED] 12 �ART 3 - EXECUTION [NOT USED] I3 14 15 END OF SECTION CITY OF FORT 4lTQR fki PlaygroEtind Replacenzenf at Oakliuist, Wortti I-leigl�ts, Harrold Park STA�DARD COI+ISTRUCTION SPECIF'ICATION DOCUMEAI'I,5 102464, 1D2965, 1424G3 Revised 7uly L, 2011 015813-1 'I'EMPOIiARY PRO]EC� SIGNAGE Page 1 of 3 1 z 3 PART l. - GENERAL 4 1.1 SUMMARY SECTTON Ol 5813 T�MPQRARY PR07ECT SIGNAGE 5 A. Section Includes: � 1. Tez�porary Project Signage Requirements 7 B. Deviations from this City of �ort Worth Standard Specification g 1. None. 9 C. Related Specification Sections include, but are not necessarily limited ta: �p 1, Division 0— Bidding Requirements, Contract Forms and Conditiol�s of the Co�atract 11 2. Diviszon 1— Ge�zeral Itequirements 12 1.2 PRYCE AND PAYMENT PIt�CEDURES 13 A. Measurem�nt and Payme�t 14 1. Work associated with t�is Item is considered subsidiary to the various Items l�id. 1 S No separate payznent will be allow�d for this Ii:em. 16 1.3 REFERENCES [NOT USED] I7 1.�3 ADMINISTRATIVE REQLIIREMENTS [N�T USED] 18 1.5 SUBNIITTALS �N�T USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL SiTSM1TTALS [NOT USED] 20 21 22 23 24 25 I.'� CLOSEOi3T SUBNIITTALS �NOT USED] 1.8 1V.[AINTENANCE MA,TERIAL SUBMITTALS [NOT iTSED] 1.9 QUALITY ASSLTR�IVCE [NOT USED] L10 DELIVERY, STORAGE, �1ND �IANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] ],l� WARRANTY [NUT USED] 26 PAR.T 2 - PRODIICTS Z7 2.1 OWNGR-F�URNISHED [on] OWNER-SUPPLIEDPRODUCTS �NOT USED] 28 2.2 EQ[JIPMENT, PRODUCT TY�ES, AND MATERIALS 29 A. Design Criteria CTTY OF FORT WOI2TH Playground Replacement at Oaklnust, Wart]� Heig�its, Harrold Park STANDAPD COAlSTRUCT�ON SP�CIFICATIOH DOCUMENTS f 024b4, 102465, 102463 Revised July l, 2D i 1 n� sa i3 -2 TE11�iPdRARY PROJECT SIGN.A.GL� Pa�;c 2 of 3 1 2 3 4 5 6 7 l. Provide frea standing �roject Designatian Sign in accardatzce with City's St�ndard Details �ar project signs. B. 11�aterials 1, Sign a. Constructed of 3�-inch fir plywood, grade A-C (exterior) ar bett�r �.� ACCESSORIES [N�T USED] 3�.4 �OURCE QUALI'I'Y CONTROL [NDT USEU] S PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] l 0 3.2 EXANIINATIQN [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 11VSTALLATION 13 A. General 14 l. Provide veriical installat�on. at extents ofproject. i 5 2. Relocate sign as needed, upon reques� of the City. 16 B. Mountix�g optioz�s 17 a. Sl�ids 18 b. Posts I9 c. Barricade 20 3.� REPAIR,1 RESTORATION jNOT LTSED] 21 3.6 RE-INSTALLATION [NOT iTSED] 22 3.7 FIELD [ox] S�TE QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 AD,T[JSTING [N4T uSED] 25 3.10 CLE:ANTNG [NOT USED� 2b 3.II CLOSEOUT ACTIVITIES [NOT USED] 27 3.12 PROTECTION jNOT USED] 28 3.13 MAINTENANCE 29 A. General 30 1. Maintenance will includ� painting a.i�d repairs as needed or directed by the City. 31 3.14 ATTACHMENTS [NOT USED] 32 33 END OF �ECTION CTI'S' OF rORT WdRTH }'iayground Replacea�ient at Oakl�urst, Vyoitl� Heidhts, Harrold Park STANDARD CONSTRUCTION SPECiFICATION DOCUMENTS 102464, 102465, 1024G3 Revis�d 7uly I, 2U1 [ O1 SS 13-3 T�MPORAR'Y PRO.T�CT SIGNAGE Page 3 af 3 CITT' OF FORT WORTH STA�lbARD CDNSIRUCTIqN SPECIFICATION 170CiJMEN'1'S Aevised Iuly 1, 201 l Playground Replaceanent at Oakl3mst, Worth Heights, Hari�uld Paric 1024b4, 1024GS, 102463 Ql 60 00 YRODUCT REQLlIIZEM�.NTS Page I af 2 SECTION 0160 00 PAODLTCT REQUIREMENTS PART 1 - GENERAI, 1.1 SUMMARY A. Section Includes: 1, References for Product Requiremenl:s and City St�uldard Products I,ist B. Deviatians from t�iis City of Fort Worth 5tandard Specification 1. None. C. ReIated Specification Sections include, but are not necessarily limited to: 1. Divisian 0— Bidding Requi�ernents, Contract Foxzns and Conditions of the Contract 2. Division 1— General Rec�uirements 1.� PRICE ANJ} PAYIVIENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1,4 ADMIINN [STRATIVE REQ[JIR�M�NT� A. A list of City appro�ed products for use is available through the City's �,vebsi�e at: https:l/apps.fortwortht��as,govlPrajectResourcesl and foIlowing the directory path; 0� - Construction Documents/Standard Praducts List B. Only products sp�ci�cally included on City's Standard Product List in these ContracC Documents shall be allowed foz• use on the Project. 1. Any subsequently approved products �rill only be allowed fnr use upon specific approval by the City. C. Any specific product r�quirements in tl�e Cant�•act Docuznents supersede silruilar products inc�uded on the City's Standard Product LisC. 1. The City re5erves the right to not allow products to be used for certain projects even though f1�e product is listed on the City's Standard Product List, D. Although a speci�'ic product is included on City's Standard Product Li�t, not all groducts from that manufacturer are approved for use, including but not limited to, that manufactuzer's standard pxoduct. E. See Sectian O1 33 00 for submittal reqnirements af Product Data ineluded on C�ty's Skandard Product List. 1.5 SUBMITTALS [NOT U�ED] 1.6 ACT�ON SUBNIITTALS/IlV�'ORMATIONAL S�C7BMITTALS [NOT USED] ]..'� CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAI, SiIRMTTTAL� [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Play��u�nd Replaeement at bakl�urst, Worth Heigl�ts, Hsernld Park STANDAItD CaNSTRLTCT'ION SPECIFICATION DOCUM�NTS Ip2464, 102465, 1Q24b3 Revised Marcl� 9, 2U2D ot �a ao PRODUCT TiEQi1IREMENTS Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] COND�TIONS [NOT iT�ED] 1.12 WARRANTY INOT �[TSEDJ PART 2 - PRQDI7CT� [NDT iTSEDj �ART 3 - EXECUTION [NOT USED] END OF SECTION R�vision r,ag DATE NAME 10/12/12 D. Johnson 3/9/2020 D.V. Magana SUMMARY O� CHANGE Modi�ied Location of City's Standard Product LisY Rez�oved referenca to Buzzsaw and noted that the City approved products list is accessible through the City's website. CTPY OF FORT WaRTH Playgcound Replacenient �et Oakhurst, Wo�tli Heiglsts, I�an•old Park STAN1JAitD CONSTRUCT[ON SPEC�ICATION I7OCL3MENTS 1024G4, 102465, 1024G3 Revised Marc1� 9, 2020 o�66oa-i PRODUCT STORAGE AND HANDL[I�IG 12EQUIRLMENTS Page l of 4 1 2 3 SECTION 01 6G OQ PRODUCT STORAGE AND HANDLIIVG REQUIl2EMENTS PART1- GENERAL 4 1.1 SUMMARY S A. Sectian Includes: 6 1, �cI�eduling af product delivery 7 2. Pacl�agin.g of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to eleme�ts or harsh enviro�ents 1 I B. Deviations from this City of Fort Worth Standard Speci£'ication 12 J.. Nane. 13 14 15 � 6 x.� C. R�lated Speci�ication Sections inctude, but are not n�cessarily litx�ited fio: 1. Division 0— Biclding Req�irenne�ts, Contract Ft�rms and Condztians of the Go�atract 2. Divisioll I— Gcneral Requirements PRICE .A.ND PAYMENT PROCEDi7R�S 17 A. M�asurement attd Payment 18 1. Work associafed with fihis Item is cansidered subsidiary to the variaus Items bid. 19 No separate payment wi11 be aIlowed for this Item. 20 1..3 REFERENCES [NOT USED] 21 1.4 ADMI.NISTRATIVE R.EQUIREMENTS [NOT USED] 22 1.� Si1SMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SU$NIITTALS [NOT iTSED] 2�+ L�' CLOSE4UT SUBMITTALS [NOT USED] �5 1.8 MAINTENANCE MATERiAL SUBiVIITTALS [NOT US�D] 26 1.9 Qi7AL�TY ASSUI2ANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 2$ �9 30 31 32 33 A. Delivery Requirements 1. Schedule delivety oiproducts or equipment as required t� allow timely installation a a.d to avoid prolanged storage. 2. Provide appropriai;e persontael at�d equipmez�t io receiue deliveries. 3. DeIi�very �rucks will not be permit�ed ta wait exiended periods of time on th� Site %r persa�el or equipment to z'eceive the deIivery. CITY OF FOR1' WORTH Playground Replaaement at Qakltursi, WortEi Hei$Iits, �Iara•ald Park STAM7A1tD CONSTRUCTION SPECik'ICr1TI0N DQCUMENTS 102464, 102465, ] 024G3 Revised 7uly 1, 201I a� �6oa-2 PRODUCT STQRAGE AN� HANT�LIl�FG 1tEQULREM�?dT'S Pa�e 2 of 4 1 2 3 4 5 6 4. Deliver producls ar equipment in manufacturer's original ur�broke� cartons or other containers designed and constructed to protect the conients irom pf�ysical or environmental damage. S. Clearly and fixlly marl{ and identify as to inanufacturer, item and installatia� lacation. 6. Pravide manufacturer's instructians for storage and handling. 7 B. Handling Requixemen�s g 1. Handle products or equipment in accordance with these Cnntract Docum.ents aud g manufacturer's recomme�dations arid instructions. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 3a 31 32 33 34 35 36 37 38 C, Storage Requirements 1. Store znaterials in accnrdanee with manufacturer's recommendations and requirements of these Speci�cations. 2. Make necessary provisians for safe starage of materials and equipment. a. Place loose soil m�aterials and rnaterials to be incorporated into �orl� ta prevent damage to any part of Wark ar existing facilities azzd to maintai�a free access at all times to all parts of Warlc and to utility servic� corripany ir�stallations in vicinity of Work. 3. 4, S. 5. Keep materials and equipment neatly a�d compact�y stored in locations that will cause rni.nimum ix►convenience ta ather eontractors, public travel, adjaizziug owners, tenants and occupants. a. Arrange storage to provide easy aecess for in.spection. Restrict storage to areas available on construction site for stora�e of material and equipment as shown on Drawings, or approved by City's Project Repres�ntative. Provide off-site storage and protection �hen on,-site storage is not adequate. a. Provide addresses of an.d access to off-�ite storage lacations for xnspection by City'5 Praject Representative. Do noi use lawns, grass plots or other private property for storage putposes witla.aut written pez�xnission of owner or other person in possession or control of pre�xaases. 7, Store in. manufacturers' unapened cantainers. 8, Neatly, safely and campactly stack materials deliver�d and stored along line of Worlc to avoid inconvenience and damage ta properry owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private dri�veways and street crossings open, 10. Repair or replace dama�ed �awns, sidewalks, streets ar other improvements ka satisfactian of Ciiy's P�'aject Representative. a. Tatal lengih which materials may be distributed along raute of coz�struction at one time is 1,000 linea:r feet, unless �therwise approved in writing by City's Proj ect Representa�ive. CITY OF FQRT WORTH Playgraand Replacement at OAkLturst, Worth Heights, Haerold Park STrLt�DARb CONSTRUCTIQN SPECIFICATION DOCLiMENTS 102464, 1�24G5, 102963 ltevised July 1, 201 I 01 6G Ob - 3 PRDI]UCT 5TOI2AG$ AND HA]VI7T.ING REQIJIILEMENTS Page 3 af4 1 ra 3 LI1 FIELD ��ITE] CQNDITIONS [NOT USEDj 1.12 WARR.ANT'Y [NOT USED] PART 2 - PRODUCTS [�10T USED] 4 PART 3 - EXECUTI4N S b 7 8 � 10 11 12 13 �4 15 16 17 18 19 2a �1 22 23 24 �5 2b 27 : 29 3a 3.1 INSTALLERS [NOT ilSED] 3.� EXAl1�NATION [NOT USED] 3.3 PREPAR.ATION [NOT USED] 3.4 ERECTIQN [NOT USED] 3.5 REPAIR 1 RESTORA.TION [NOT USED] 3.6 RE-INSTALLATION [N4T US.ED] 3,7 FIELD IoR] SITE QIIALIT�.' CDNTROL A. Tests and Iuspectians 1. Iuspect all products ar equzpment delivered ta the sife prior to unloading, B. Non-Conforming Wozl� 1. Reject alI products or equipment that are damag:ed, used or in any ather way unsatisfactory for use oiz the project. 3.8 �YSTEM STA.RTiTP [NOT USED] 3.9 AD,�USTING [NOT IISED] 3,10 CLEANING [NOT USED] 31l CLOSEOUT ACTIVITIES jNOT USED] 3.12 PROTECTION A. Prntect all products or equipme�at in accardance with manufacttuer's �written directions. B. Sfore products az' equipment in Iocation to avoid physical damage to items while in storage. C, �rotect equipment �'ram exposure to elernents and keep thoroughly dry if required by the manufacturer. 3.13 MATNTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CI7'Y OF FORT WOiiTH Playground Re�lacement at Oakhuist, Worth �Ieigl�ts, I-Iarrold Park STANI?A1ZD CONS7'RUCTION SPECIFICATIONAOCUMEI�lT'S 1�2464,. 1OZ465, 1D2463 Kevised July 1, 20l 1 O1 G6 00 - Q �'RODUCT STORAGE ?.ND FiA3+iDLING REQCJIREMEN"I'S Page 4 of 4 C1T'Y OI' FDRT WORTH STANDA�iD CONSTRUCTIOIv SPECIFICATiON DOC�LTMENTS Re�ised 7uly 1, 2011 1�laygrau�d Replacement al Oaklm�st, laVottl� Heigisls, I-Iarrold Park 1024h4, 102465, 102�}63 o��aaa-� MOBII.,IZATION AND R�MOBILIZA'I'ION Page I of 3 �� 3 PART l. - GENERA.I. 4 1.� SUMMARY S b 7 $ 9 10 il 12 13 I4 1S 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41-1 �}2 43 44 sECTrorr ax �o ao MOBILIZATIDN AND REMOBILIZATION A. Sectzon TncIudes: I. �� 3 Mobilizatian and Demobiliza�ion a. MobiIization 1} Tran.sportation af Contsactor's personnel, equipment, and opexaiing supplies to the Site 2) Establishsnent of necessary general facilities for the Contractor's operation at the Szte . 3) Premiums paid for performance and payment bovds 4) Tratispoz�tatian of Contractor's personnel, equipment, and operating supp�ies to at�other location within the desig.nated Site S} Relocatian of z�ecessary generaI facilities for the Contractor's operatian from 1 loca�ion to anothe�• location on the Site, b. Demobilization 1) Trat�spartation of Coiltractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up .3) Removal af all buildings and/or other facilities assembled at the Site for tl�is Cantract c. Mobilization and De��aobilization da noi include activitzes £or specif'ic items of warli that are for v�rhieh pay�ent is provided elsewhere in t�e car�tract. Remobilizatian a. R�mobilization for Suspension of Worlt specifically required in th� Contract Docutnenis or as required by City iticludes: 1) Demobilizakion a) Transportation of Contractor's persnnnel, equipment, and nperating supplies from the Site including disassembly or temporarily �ecuring equipment, supplies, anrl other facilities as dasignated by tlae Con�r�ct Dacumezat� necessary to suspend the Work. l�} Site Clean-up as designated in the �onttact Docume�ts 2} Remobilizaiion a) 'Traiisportation of Contractor's personnel, equipment, and .operatiug supplies to the Site neee�sary to xesume the Work. b) Establ.isbument of necessary general facilities for the Contractor's operation at the Sit� necessary to resume the Wa�•lt. 3) Na Payments will be made for: a) Mobilization and Demohilizatzon from one locatio:u to anather on �he Sit� in the no�nal progress of performing the Worl�. b) Stand-by ar idlc time c) Lost pra�ts Mobilizaiions and Deinobilization for Miscellan�ous Frojects CITY OF FdRT WOATH Plttyground R�placement at Oakli�rst, WorG[t Heigl�ts, Ha�Yold Paek STA]VDA12b CpNSTRUCTION SPECIFICATION DOCUMENTS ]02464, 102.465, 102463 Revised Nove3nber 22, 2016 01 ZO 40 - 2 1190BILLZATION AND EtEMQHCLIZATION Page 2 of 3 1 2 3 4 5 b 7 8 9 10 1] 12 13 l4 15 16 17 18 19 a. Mobilizatinn a�d Demobilization 1) Mobilizatian shall consist af the activities and cost on a Wark Order basis necessary for: a) Transpnrtatian of Contractor's personnel, eqLu�ment, and operating supplies to the Site far the issued Work Order. b} Establishffient of necessary general facilities far khe Cont�actar's operation at the Site far the issued Work Order 2) Demobilization slaall consist of the activities and cost necessary for: a) Transportation af Co�atractor's persoz�.tael, equipment, and aperatiag supplies fram the Site including disasseinbly far each issued Work Order b} Site Clean-up for each issued Worlc Order c) Renn.oval of a11 buildings or other faczlities assemhled at the Site for each Work Odex b. Mobilization and Dernobilization do not include activities for speeific items af worlc for wlaich payinent is p ravided elsewhere in the contract. 4. Emerg.ency Mobilizations and DemobiIization for Misceilaneous Proj ects a. A Mobilizatian %r Miscellaneous Proj ects when directed by the City and the mobilization occurs within 24 hour5 of the issuance of khe Wark Ordex. 20 B. Deviations frorn this City of Fort Worth Standard 5pecification 21 i. None. 22 C. Related Specifica�ion Sectzons include, but are not necessariiy limited ta: 23 1. Division 0— Bidding Requzrements, Contract Forms and Cazadition� of the Coni7'act 2,4 2. Divisio� 1— General Requirements 25 1.2 PRICE AND PAYMENT PROCEDiJRES 2fi 27 28 29 30 31 32 33 3�F 35 36 37 38 A. Measurement �nd Payment [Cansult City DepartimentlDivision for d�'ec�ion on if Mabiiization pay iiern to be included or the item sb.ould be subsidiary. Include the appropriate Section 1.2 A. 1.] 1. Mnbilization and De�nnabilization a. Measure 1} This Itern is cansi.dered subsicliary ta the varinus Items bid. b. Paym�nt 1) The w�rk performed and materials furnished in accordance wsil� khis Item are subsidiary to the various Items bid and na other compensation will be allou�ed. 2} The work performed and m.aterials furnished fo�• demobilization in accorda.nce with this Itern are s�bsidiary ta the various Items bid and no otlaer eainpensation will be allowed, 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATI�7E REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS jNOT USED] 42 1.6 INFORMATIONAL SUBMiTTALS [NOT IISED] 43 1.'� CLOSEOUT SIIBMITTALS �NOT CTSED] C1TY dP FOR`I' WORTH Playgrotutd Replace�nent at Oakliu�si, Worth Heights, Hatrold Park STAl�IDA1ZD CO�ISTRUCTiON 3P�CIFICATIOI� DOCUME3�TS {02464, 102�465, 1024G3 Revised Npvem6er 22, 2616 01 70 0Q -3 MOBILIZATION AND i�EMOBILIZ�iTION Page 3 af 3 1 1.8 MAINTENANCE MATERIAL SiTBNIITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 11Q DELIVERY, STORAGE, AND HANDLIl1iG [NOT USED] 4 1.11 FIELD [SITE] CONDIT�ONS [NOT USED] 5 Y.].2 'WARIt�NTY [NOT USED] 6 PART 2- PRODIICTS [NOT USED� f11 F� 0 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision I.og DATE NAM� SUMMARY OF CHANGE 1 I/2211G Michael Owen 1,21'rice and Pay�nentPracedures - Revised specification, incl�iding hlue text, to make specification flexil�le for either subsidiacy or paid bid item for Mabilization. 10 CITY 0�' FORT WdRTH �1$yground Replacement �t Oalchurst, Wa�th Heigiits, Hareold Park STANIIARD COI�STRUCTIpN 5PECIFICATION DpCIJMEN'1S 1R2464, 1p2465, 1.62463 Revised November 23, 2Q[6 017123-1 CON5T12UCTIDN STAICING hND SURVEY Page l oF S 1 2 3 PARTf- GENERAL 4 l.l SLTMMARY S 6 7 8 SECTION 01 '�1 �3 CONSTRUCTION STAT�ING AND SURVEY A. Sectian Ineludes: 1. Requirements for construetian staking and construction survey B. Deviations from this City of Fort �iTorth Standard Specif'ication 1. None, 9 C. Related Spec.ifica�ian Sections include, but are not necessarily lirnited to: 10 1. Division 0— Bidding Rec�uirements, Cantract Forms aud Coizclitions of the Contract 1 z 2, Division I— General Requirements 12 1.2 PRICE AND PAYMENT PR�CEDiTRES 13 14 15 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement an.d Payment l. Constructian Staking a_ Measur.ement 1) Measurement �or this Item shall be by lump sum. b. �ayment 1) The wark performed and the materials funlished in accordance with this Item sha11 be paid for at tlae 1�mp sum price bid f.ar "Cansfxuct:ion ,Staki$g". 2) Payrz�eilt for "Const�-uction �talcing" sha11 be made i� partial payments prorated by wark cornpleted campared to total work included iz� the lump s�na item. c. The pric� bid shall include, but not be liauted to the £ollowin�: 1) Veri�cation of contral dat�a provided by City. 2) Placerrient, maintenance and replacement of required stakes and z�rkings in the field. 3) Prepaxation and subnaittal of construction staking docuz�entatia� in the �orm of "cut sheets" using the City's stax�.dard template. 2, Construction Sut-�ey a. Measurement 1) This Item is considered su.bsidiary to the variaus Items bid. b. Paymeut 1} The vuor•k perfo�rned and the materials fiirnished in accorda.nce with this Item are subsidiary to the various Items b.id and no other compensa�ion will be allowed. 3. As-Built Sutwey a. Measurernent 1) Measurement for this Item shall be by It�mp sum. b. Payment 1) The wark perform.ed arld the materials furnished in accordance with this Item shall be paid fror at the lump sutn price bid for "As-Suilt Survey". CITY OF FORT WORTH Playgrour�d Replaeenieni at Oakhurst, Wa-tU Heigi�ts, Harroid Park STt�]D?.RD CONSTRUCTIOAi ST'ECiFICATION DOC[TMENTS 1024b4, 102465, 1024b3 Revised Fe6rua�y 14, 2018 017123-2 CONSTI2UCTION STAICWG ANp SURV�Y Page 2 of 8 1 2 3 4 5 6 7 S 9 2} Pa�nnent for "Construction Stalcing" shall be �aade in partial paymenfs prorated by work completed eampared to total woric includ�d in the lump sum iteni. c. The p;rice bid shall include, but noC be limited to tlae follawing:: 1) Field measure�nents and survey shots to ideilt�fy lacatian of completed facilitic�. 2} Docuz�entation and submitial of as-built survey data onto contractor xedlzne plans arzd digital survey files. 10 1.3 REFER,ENCES I1 12 13 14 15 16 17 I$ 19 20 21 22 23 24 A. De��.tiians 1. 2. 3. 4. Construction Survev - The survey measurements made prior to or while construction is in progress to control �Ievation, horizantal posi.tian, dimensions and confguration of stz-uctureslimprovements included in the Project Drawings. As-built Survey —The measurements made after ihe constru.ction af the impravement %atures are complete to provide pasztion coordinates for the featuz'es oi a proj ect. Constructian Stalcin — The placetm�nt of stalces and markings t� provide offsets atad elevations to cut and �lI in order to locate on the grozand the desig:ned structures/im,�rovements inclu.ded i�a the Projeet Drawztags, Construction stal�ing shall include sta�cing ease:ments and/ar rig�t of way if indicated on �,he plans. Surve,�`Field Cheeks" — Mcasurements made after construction staking is completed and before construction worlc begins to eilsure that structures marked on ihe groiind are accurately located per Project Drawings, 25 26 27 28 29 30 31 32 33 B. Te.chnical References 1. z, 3, 4. City of Port Wo.rth — Constaruction Staking Staudaxds {avallable on City's Buzzsaw website) — 01 71 23.16,01_ Attachment A Survey Stalcing Standards City of F�xt Wort.h - Standard Survey Data Collector Libxary (fxl) files (available 011 City'S BuzZsaW We�sit��. Texas Depariment af Transpoxtaiion (TxDOT} Survey Manual, latest revisaon Texas Society nf Professional La.nd Survepors (TSPS), Ma�ual of Practice for La�d Surveyixag in the Slate af Texas, Category 5 34 1.4 ADMINISTRATNE REQiTIREMENTS 35 A. T�e Cont�•actor's se�ec�ion of a surveyor �ust comply with Te�as Government 36 Code 2254 (qual'rf'icahons based seleei�an) for this praject. 37 1.5 SUBMITTALS 38 A. Submittals, i�requized, shall be in acco:rdance with Sectio� 01. 33 00. 39 B. All suhmittals shall be received and xeviewed by the City prior ta delivery of work. 40 1.6 ACTIQN �iTBMTTTALSIINFORMATIONAL SUB1VUTTALS 41 A. Field Quality Control Submittals C1TY OF FORT WORTH Playground R�placement ai Oakliut5t, 4Vorth Haigl�ts, Harrold Park STANDARD CONSTRUCTION SPEC[FICA'TTON DpCUMElVTS 10�.464, l02465, 102463 Revised February 14, 2018 017123-3 CONSTRUCTIOI�1 STAKIAFCr AND SURVEY Page 3 of 8 1 1. Dacutnentation verifying accuraey of field engineeri��g work, includiug coordanate 2 couversions if plans do noi indicate grid or groun.d coordinates. 3 2. Submit "Cut�Sheets" conforrning to ihe sta��dard template provided by the City 4 (refer to O1 71 23.16.01— Attachment A— Survey Staki.ng Standards). �7 b 7 8 9 10 11 12 13 14 15 1.7 CLO�EOiJT SUBNIITTALS B. As buiit Redline Drawin.g Submittal 1 2 Submit As Built Survey Redlin.e Drawings docum�enting the locatianslelevation.s of canstrucied improvements signed and sealed by Registered �rofessional Land Su:rveyor (R.PLS) responsible for tlae worlc {re%r tn 01 71 23.16.01 — Attachment A — Survey Staking Standards) . Contractor shall submit the proposed as-bualt and completed redline drawi�.g submittai dne (1) week prior ta schedulin� f�ae project final iaa�spection for City review at�d comrnent. Re�visians, if necessary, shall be �nade ta ihe as-built redline drawings and resub�aitted to the City prior to schedulzng the canstruction �'mal inspection. 16 1.8 MAINTENANCE MATERTAL SC.IBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 1$ A. Construc�ion Staking 19 1. Co�stxuctian staking will be perforn�ed by the Contractar. 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 2, Cdordination a. Con.tact City's Project Representatave at l�ast one week in ad�vance notifying the City of wben Consiructian Staking is sc�eduled. b. Tt is ihe Coniractor's responsibility to coordinate staki�g such that construction aciivities are nat delayed or negati�vely impacted. 3 , General a. Contracior is responsible for preserving a�d nnaintaining stalces. If City surv�yors are required to re-stalce for any reason, the Contractor will be responsible for costs to per%rm �taking. Tf in the opinion 4f the City, a sufficient number of stalces or markings have been Iost, desia�oyed dist�urbed or omitted tbat the contracted Wark can�ot talce place then the Contractor will be required to stake or re�sf.ake the deficient areas. B. Constxuction Survey 1, Construction Survey will be performed by the Cantrac�or. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey az�.d xequired for canstruction survey is available and in place. 3. G�neral a. Construction survey will be performed in order to co;nstruet the warlc shawn on the Construction Dxavvings aud specified in the Contract Documet�ts. b. �or c�anstruction methods nther than apen cut, the Contractor shall �er�orm canstruction survey and v�rify control data including, but not limited to, the following: 1) Verification that established beilchmarks and eontrol are acau.rate. 2) Use of Ser�chmarks to fia�nish and maintain all refer�nee l.ines and grades for tutznel�ng. CITY OF FqRT WORTH !'laygrottnd Ite}�I�cement �t Oakhu�st, Wmtli Heights, HaG•rald Park STANDARD CONSTRUGTIQN SPECIFICATIOAI DOCU]VIENTS 102464, 1�2455, 102463 Revised Februaiy 14, ZOlB U17123-4 CONSTRUCTION STA[4ING ANQ SURVL�Y Paga 4 of 8 1 2 3 4 S 6 7 8 9 10 11 I2 13 14 15 16 17 I8 I� 2� 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 �2 43 44 45 46 47 48 49 3} Use of Iinc and grades to establish the lacatio�a of the pipe. 4) Subn�.it to the City cnpies of field notesused to establisli alI Iines and grades, if requested, and allow the City to ch�cIc guidance system setup prior to begir�rung �ach tunneling drive. 5) Provide access for the City, ifrequested, to verify the g�tidanc� system and fhe lin� and grade of l:}te carrier pipe. 6) The Coz�fractor remains iully responsible for tlae accuracy of the wark and correetio�. of it, as required. 7) Monitor line and grade contsnuously during constru.ctian. S) Recard deviation wit� respect to design line and grade oilce at each pipe jaint and submit daily records ta the City. 9) If the installation daes :�ot meet the specified tolerances (as outlined in Sections 33 �S 23 and/or 33 OS 24), immediately notify the City and correet the installation in accordanee wiih ihe Contract Docuznents. C. As-Built Survey I. Required As-Bnilt Su�rvey wil� be perfarmed by the Contractor. 2, Coordination a. Contractar is to caardanat� with City to con�irm which feafi�es require as- built suxveying. b. It is the Cantractor's responsibility to coox'dinaCe the as-built survey and required measuremer�ts far itezns thaf are ta be buried such that construc�on activities az-e not delayed or negativ�ly zznpact�d. c. For sewer mains and wat�r mazns 12" and under in dia�eter, it is accepf.able to physically measure depth alid mark the locatioza during the progress of constructia� az-�d taice as-built surv�y after the facility laas been buried. The Cozltractor is responsible for the quality control needed to ensut�e accuracy. 3. General a. The Contractor shal� pravide as-built survey including khe elevation and location (and pro�ide wx'itten dacumentation to the City) of col�.struc�ion features during the progress of the construcfioz� including the following: 1) Water Lines a) Top of pipe elevations and coordinates �or t�vaterlines at the fol�owing locations: {1) Miturr�.um evety 2501inear feet, incIudin� (2) Horizontal and ver�ical points af inflection, curvaxure, etc. (3) Fire line te� (4) Plugs, stub-outs, dead-end lines (5) Casing pipe {each end) and all buried fittings 2) Sanitary Sewer a} T'op of pipe elevations and coordinates for force mains and siphon sa.tutary sewer lines (non-gravity facilities) at fhe fallowing locations: (1} Minimum ev�ry 2501inear feet and an.y buried ittings {2) Hox.zznntal a�ld vertical points of inflection, cu:rvature, etc. 3) Stormwater — Not Appiicable b, The Contractor shall provide as-built sutwey inc�uding the elevatinn aud location {az�d provide written dacurnentation to the City) of construetion features after the con�struciion Ys completed including the foilowing: CI'T`Y OF FORT WORTH Playground Replacement at Oakhui�st, Worth Heigl�ts, Hait•old Park STANDARD CONSTRUCTIOI� SPECIFICATION DOCUME3�TS ]02464, I02465, 1D2463 Revised February 14, 2D18 017123-5 COPiSTRLTCTl03V STAKING �tND SURVEY Page 5 af S 1 2 3 4 5 6 7 S 9 lq 11 12 13 14 15 16 17 18 19 20 21 � 23 24 1.1fl DELIVERY, STORAGE, ,AND HANDLING [NDT �[1SED] 1.I1 FIELD [SITE] C�ND�TIONS [NOT USED] 112 WARRA.NTY 1) Ma�hnles a} Rim ax►d flowline elevatians a.n� coarclivates for each manhole 2} Water Lines a) Cathodic protection �est station.s b) Sanapling stations c) Meter boxes/vaults {All sizes) d} Fire hydrants e) Valves (gate, butterfly, etc.) �} Air Release valves {Manhole xim and vent pipe) g) Blow off valves (Manhole rim and val�e lid} h) �'ressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. (1} Rim and flowline elevations and c�ordznates for each ta) Mar�holes and Junction Structures (1) Rim and flawline elevations and coordinates for each manhole and junction structure. 4} Stormvcrater — Nat Applicable 3) Sanitary Se�er a) Gleanouts 2S PAR`1' 2 - PRODUCTS 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 4�4 45 A, A constrEtction survey will produce, but will not be limited to: 1. 2. 3. 4. �7 � Recovery af relevant cont�ol points, points of curvatur� and paints o.f intersection. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent aud located in a inanner to be used thraughaut construction.. The locatio� of planned facilities, easements �d impro�e�a�nts. a. Establishi�g final line and grade sta.kes fnr pzers, floors, grade beams, parking areas, utilities, streets, highuvays, tun.�els, and ot3�er cot�struetion. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the clienk, indicatirig the horizantal and vertical location of facil�tzes, easements and improveme�ts, as built. Cut sheets slaall be provided to the City inspector and Survey Superintendent for all construction staking pro�ects. Th�se cut sheets shall be on the stand�d city template which can he obtained fram the Survey Superintendent (817-392-7925}. Digital survey files in the following formats �iali. be acceptable: a.. AutoCAD (.dwg) b.. ESRI Shapeiile (.slap} c. CSV file (.csv), formatted with X and Y Goordinates in separate colun�ns (use standard templates, if available} Survey �'iles shall include vextical and l�orizonta! data tied to original project cnnlxol and benchrzaarks, and shall include feature descriptians CTTY OF T�RT WORTI� Playgro�utd Replaceme�t at Oakhuist, Wortit Heig,�tits, Han•old Park ,STANDARl7 CONSTRUCTZON �PECTFICATION DdC[JMENTS 102464, 102465, 1024b3 Revised Februarq 14, ZO18 D17123-6 CONSTRUCTIOAI 5TAKING AND SURVEY Yage6of8 1 PA,RT 3 � EXECUTIQN 2 3.1 LNSTALLERS 3 A. Tolerances: 4 1, Tb.e staked location of any improvemen� or facility should be as accurate as 5 practical aud n.ecessary. The degree oFprecision required is depe�deni on many 6 factors all o.f which must remain�udgmental. Th� folerances Iisted hereafter are 7 based on generalitzes and, under certain circumstazices, shall yield to speci�'ic 8 requiren�ezats. The surveyor shall assess any situation by review a�the overail plans 9 and through consultation with responsible parties as to the need for speci�c 10 toleran:ces. 11 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 �t. vertical I2 tolera.nce, Harizontal a�igmnent far earthwork and rough cut shauld not exce�d I3 1.0 ft, talerance. 14 b. Harizontal alignment on a structure shall be within .0.1ft tolerance. 15 c. Paving or eonerete for streEts, curbs, gutters, parliing areas, ci�rives, alleys and 16 walkways shall be locat�d within ihe confines oft�e site boundaries and, 17 occasionally, along a boundaz�y or any other restrictive line. Away from �y 18 restrietive line, tbese facilities should be stal�ed with an accuracy producing no 19 more �han O.OSft. tolera.nce from their speeified locatians. 20 d. Underground and overhead utilities, sucb. as sewers, gas, u�atez�, telephonE and 21 el�ci�•ic lines, shall be located horizontally within their prescribed areas or 22 easerrients. Within assigned areas, tk�ese uti�ities shou�d be stalced with an, 23 accuxacy producing no more thau. 0.1 t� tolerance fram a specified lacation. 2A� e. The accuracy xequired for the ver�ical locatian of utilities varies widely. N[any 2S underground uiilities require only a minimum cover and a tolerance of �.1 ft. 26 should be mazz�tained, C7nderground aud averhead utilities on planned profile, 27 bui not d�pending on gravity flow for performance, sbould not exceed 0.1 ft. 28 to.lerance. 29 S. Surveyiz�g instruments shall be kept in close adjustment accord�g io manufacturer's 30 speci�ications or i� compliazice to s�andards. The City reserves the right ta request a 31 calibrakion xeport at any time an�l recommends r�gular maintenance schedule be 32 perforrr�ed by a certified techru�ian every 6 months. 33 1. �'ield measurements of angles and distances shall be done in such fiashion as to 34 satisfy the closures aald tolerances expressed in Part 3.1.A. 35 2, Vertical Eocations sha11 be established from a pre-established benchrriark and 36 check�d by closing to a different bench znark on the same dai:uzn. 37 38 39 40 4] 3. Construction surve� field worlc shall correspond to the client's plans. Irregularities nr conflicls found shall be reparted praznptly to the City. 4. Revisions, corrections a�.d other pertinent data shaIl be logged for future reference. 3.2 EXANIlNATION [NOT USED] CITY DF FORT WORTH Pfayground Replacement at Oakituist, Wo�1h Heights, k�areold Paek STANDARD CONST`RUCTION SPECIFICATION DOCUMENTS 102454, 1U2465, 1p2q63 Revised February 14, 2018 ni7�a3-� CO1�iSTRUCTION STAKfNG AND 3URVEY Page 7 of S 1 3.3 PREPAR�TION [NOT USED] 2 3.4 APPLICATION 3 3.5 REPAIR 1 RESTORATION 4 5 6 7 8 9 io 11 12 13 1 �4 1S 15 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 A. If ihe Contractor's work damages or destroys on� or rnare of the controI monumentslpoints set by the City, the monuments shall be adequately referenced for e�ediantrestoration. 1. Notify City if any cantrol data needs to be restared or replaced due to damage caused during co�xstt�uction operatio�s. a. Contractor shall perform replacements and/or restoratzons. b. The City may requue at any time a survey "Field Chec�" af any mnnuiraent �r benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.G RE-IIVSTALLATION [NOT USED] 3.'� FIELD [ox] ST�E QUALITY CONTROL A. It is the C.ontractor's respansibility to mai:ntain all stak�s and control data placed by the City in accordance with this Specification. This inclucie� easemenis and right of way, ii noted on the plans. B. Do not c�.ange or relacate stakes or contral data withaut approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks I. The City reserves the right to perform a 5urvey Check at any time deetned necessary. 2. Checks by City personxxel or 3`�d party contracted surveyor axe not intended to relieve tke contractor of hislber responsihility for a�ccuracy. 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT IISED] 311 CLOSEOUT ACTNITIES [1VQT USED] 3.12 PROTECTION [NQT USED] 3.13 MAINTENAN�E [NOT USED] 3.1�4 ATTACHMENTS [NOT USED] END OF SECTION Revision T,og DATE NAME SUMMARY OF CHANGE CITY O�' FORT WOR1'�-I Playground Replacement at Oakl�urst, 4Vorth SeighLs, �-Iarrald Park STANT7ARD CONSTRUCTTON SPECIFICATION DOCUiv1r.NTS 102G54, 102465, 102463 Revised F'eUruary 14, 2018 01 71 23 -.S CaIVSTRUCT'ION STAKTNGAIVD SURVEY Pa�e $ af 8 8/31/2012 8/31/2017 2/14/2015 D.Johnson tldded insiruction and ii�odified measurenzent & payment under 1.2; added M. Owen definitions and references uncEer 1.3; inodified 2.6; added 1,7 closeout submittal requirements; inadi�ed I.9 Quality 1lssuranae; added Pt�RT 2—PRODUCTS ; Added 3.1 Installers; added 3.5 Repairl[�estoi°ation; and added 3.8 SysCem Start��p. Reiizaved "blue text"; revised measut-ement and paynient sections for Constr�ction Staking and .4s-Built Suiwey; addad reference to selection compliance with TGC M Owen 2254; rea�sed action and Closeout subrnittal requireinents; added acceptable depth measurement critea•ia; revised list of iterns requaing as-6uilt survey "during" and "af�er" consh•uc�ion; and revised acccptable digital survey fi]c format C1TY OF FORT WQRTH STANDARD CONSTRUCTION SFECIFTCATTON DOCiJNi�iVTS 12evised February 1q, x018 Play�round Replaceinent at Qakhurst, Worlli Heigl�ts, Aan•aEd Park 142464,102465,1D24C3 � s��tion �� 71 ��.01 � Att�ch��nt �e Sur�ey St�king S��ndards February 2017 CIlY 4F FDRT WORTH STAN�Af2D CdNSTRUCTION SP�CIFICATIdN OOCUMENTS Page 1 of 22 Playground Replacement at Oakhurst, Worth Heights, Harrold Park 102464, 502465, 1�2463 These .procedures are intended ta provide a standarcE m�thod far canstructian staking services associated with the City of Fort Worth projects. These are nat to E�e considered all inclusive, but onfu as a general guideline. For projects an TXDOTright-of-uvay or through joint'TXDOT particip�tian, adherence to the TXDQT Survey Manual shal! be fnllowed and if a �liscrep�ncy arises, the TXDOT manual shall prevail. �htt : onFinemanua�s.txdot. av txdotmanuals ess ess. df) If you have a unique circumstance, please consu�t with the project manager, inspector, ar survey department at 817-39z-7g25. 7�able o� Con�ents I. City af Fort Worth Corrtact Information !I. Canstructian Colars III. Standard Staking Supplies IV. Survey Eguipment, Contral, and Datum Standards !/. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vlli. Curi� and Gu�ter Staking IX. Cut Sheets X. As-built Sur�ey CI7Y �F FORT WORTH 5T:4NDARD CQNSTRUCTION SPECIFICATION DOCl1MENT5 Playground Replacement at Oakhurst, Warth Helghts, Harrold Parlc 1024fi4, 102455, J 02453 Page z ot zz � � � Sur�e �epar�ment Con�ac� lnformation Physical and mailing address; 8851 Camp Bowie West Boulevard Suite 340 Fort Worth, Texas 76116 �ffice: (817} 392-7925 Sur�ey Superintendent, direct line: �817} 392-$971 CD1IS�CUC�f011 �OIOI'S The following colars shall be used far staking or identifying features in the field. This includes flagging, paint of laths/stake�, paint of hubs, and any identification such as pin flags if necessary. PROP�SEb EXCAVATIO�! ALL ELECTRIC AfVi] CONDUITS POTABLE WAT�R GAS OR OlL TELEPHONE/FIB�R OPTIC SURVEY COIVTROL POINTS, 6�NCHMARKS, PftOPER7YCORNERS, R1GHT-OF-WAYS,ANQ ALL PAVING INCL�QING CL�RB, SID�WALK, BUILDING CORNERS SAMTARY 5EWE}� IRRIGATION ANQ R�CLA{MED WATER S�andard Staking Supplies Item Lath/Stake Wooden Hub (2"x2" min. square prefierred Pin Flags [2.5" x 3.5" preferred) Guard Stakes PK or Mag nails Iron Rods �1/2" or greater diameierj Sur�ey Marking P�int Flagging Marking Whiskers (feathers) 7acks (for marking hubs) CITY dF FORT WORTH STANDAR� CONS7RUCTI4N SPECIFICRTIaN DOCUMENTS Calor WHITE �'F L_t�VU �IRA�lG� PITd1C � ,`��1'iK',I. � nliinimum sixe 3fi" tall 5" tall 21" lang Not required 1" long 18" long Water-based 1" wide 6" long 3/4" lon� Playground Replacement at Qakhursk, UJorth Heights, Harrald Park 10246a, 102465, 102463 Page 3 of ��. Ill. Surr►e � ui men� Control and Datum S�andards A. City Benchmarlcs All city benchmarks can be founcE here: htt : fortwor�htexas. ov itsolutions GIS Look for `Zoning Maps'. Under'Layers' , expand 'Basemap l.ayers', and check on `genchmarks'. B. Conrrentianal ar Rapatic Total Station �quipment A minirnum of a 10 aro-second instrument is required. II. A copy ot the latest calibratian repart m�y 6e requested by the City at any time. It is recomr�ended that an instrument be calibrated by certified technician at least Z occurrence e�ery 6 months. C. Network/V,R,S, and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and �er-ticaf datum prior commencing work. A site calibration may be required and shall consist of at least 4 contral points spaced evenly apart and in vary�ng quadrants. Additional field checks af the horizontal and vertical acturacies shali be completed and the City may ask for a copy af the calibration report at any time. IL Network GP5 such as the Western Data Systems or SmartNet systems may be used �For staking of property/R.O.VtiI, forced-main water lines, and rough-grade only. IVo GPS stakin far concrete sanitar sewer 5torm drain final rade or anvthin� that n�eds �rertical �radin� with a folerance of U.25' or less is allowed. D. Control Points Set AI� control points set shail be accampanied 6y a iath with the appropriate Northing, �asting, and Elevation {if applica�le) of the point set. Can�rol points can be set rebar,'X' in concrete, or any other appropriate item with a sta�le 6ase and af a semi-permanent nature. A rebar cap is optianal, l�ut preferred if the cap is marked `cantro! point' or sirr�ilar wording. II. Datasheets are required for all contraf points set. Datasheet should include: A. Horizontal and Vertical Datum used, Examp(e: N.A.Q.83, North Central Zon� 4202, NAVQ 88 Elevations B. Grid or ground distance. — ff graund, provide scale factor used and base point coordinate, Example: C.S.F.=0.999J.25, Base point=North: D, �ast=0 C. Geoid model used, �xampfe: GEOIDI2A em aF FaRr woRTH STANDARD CdNSTRUCTIOEV 5PECIFICATION DOCUIViEN75 Pa�e 4 of 22 Playgro.und Replacement at Oakhurst, Worth Heights, Harrold Park 102454, 102465, 102463 �. Preferred Grid �atum Afthough many plan sQts can be in surfate coordinates, the City's preferred grid datum is Iisted �elaw. Careful cansideration must be tal<en fio verify what daturn each project is in priar to beginning work. It is essential the surveyor be familiar with coordinate transfarmations and how a grid/surface/assumed caordinate system af�ect a project. Pro'ected Caordinate System: NAD_1983_StatePlane_Texas_North_Central�FIPS_42dZ_Feet Projection: Larrlbert_Confarmal_Cor�ic Fa Ise_E asti ng: 196850Q.q0000040 False_N�rthing: 6561666.66666667 Central Meridian: -98.50000a0Q Standard Parallel 1: 32.13333333 Standard Parallel �.: 33.96566667 Latitude_Of �r�gin: 31.66666667 Linear LJnit: Foot US Geographic Cooreiinate System: GCS_Nort1�_American_1983 Datum: D_Narth_American_1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardfess o# what da�um each particular proj.ect is in, deli�erables ta the City must be con�erted/translated into this pref�rred grid datum. �. capy ofthe deiiverable shauld be in the �roject datum (whatever it may bej and 1 copy should be in the NAD83, 7X Narth Central 4202 zone. See Pref�rred File Namin� Conventian below F. Preferred Deliverahle Format tX� .CSV .CIWg .. G. �referreci Data Format P,N,E�Z,D,N Point Number, Narthing, Easting, Ele�atian, Description, Nates (if applicable) H. Preferred File IVaming Canwention 7h�s isthe preferred fiormat: City Project Number_Description_Datum.csv �xample for a praiect that has surface caordinates which must be t�anslated: File 1: C1234 A5-built of Water on Main Street_Gr�d NAD83 TXSP 4202.csv CITY OF FaRT WORTH STAN�AR� CQNSTRUCTION SP�CIFICATkON DOCUMENlS Playground RaPlacementaY Oakhurst, Worth Heights, Harrold Park 102464, ia2465, 1�2463 Page 5 of 22 File 2: C1234_As-built af Water on Main Street_Project Specific I]atum.csv Example Control Stakes CITY OF FORT WORTH STANQAR�.CONSTRUC710N SPECIFICATIDN �OCUMENTS Pa�e 6 of 22 Playground Replacement at OakF�urst, Worth Heights, Marrold Parfc 1�2464, 102465, 1a2463 � � � � �I- ��I _ f I�� � � � E� - � f�� ' �� f- ,.;F -. �� - ,� ^. i� . � � � '.. I - �' i -- w� , !'1- �� � � � � � � w CCi � � � �— � � � ���� � w � � � � � � Q � J Q � � � � C� CP � C� � � � _ [�] d J (l7 W J � � Q � � ��{ `�._ � � � � � � W J m � � L� �� � Q � � � W J W EL. = 1 D0. Od° � � � W � � � � � � � � � � � � � .- _ � � w � � � � � W � � � �� W � � � � w i--- � � C� � � � �.3 �1=�JOf��.00 �=�JOOQ.DO V. Water S�akin 5tandards CITY OF FORT WQRTH STANDACtQ CQNSTfiUCTION 5PEGFECATION bOCEIMENTS � Playground Replacement atOakhurst, Worth Heights, Harroid Park 162464, 1a2465, iQ2453 Page 7 of ZZ A. Centerline 5taking— Straight Line Tangents I. Offset lath/stakes euery 200' on e�en stations II. Painted b�ue lath/stake only, no hub is required III. Grade is to �op of pipe (T/Pj for 12" diameter pipes or smaller 1V. Grade ta flow line (F/Lj fbr Z6" and larger diameter pipes V. Grade shou�d be 3.50' below the prc�posed top of curb line for 10" and srrmaller � VIl. diameter pipes Gracle should 6e 4.00' below the prapased top of curb f ine for 12" and larger diameter pipes Cut Sheets are required on all staking and a copy can be recei�ed from the survey superintend�nt Optionpl: Actual stakes shall consist of a SOD noil ar hub set with Q whisker B. Centerline Staking - Curves I. lf arc length is greater than 100', POC (Point of Curvaturej fl�'fs�t stakes should 6e set at a 25' 'rnter�al 11. Same grading guidelines as ahove III. 5�aking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular affset is preferrec! ta the center ofthe box II. Center of the meter sho�ld be 3.0' behind the praposed face of curb III. Meter shauld be staked a minimum of 4.5' away from the edge of a driveway 1V. Grade is ta top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans p. Fire Hydrants {. Center of Hydrant shauld be 3.0' behind �roposed �ace of curb II. 5urvey offset stal<e should be 7.0' fram th� center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Val�es & Vaults I. Offsets should �e perpendicular to the proposed water main !I. RIM grades should only 6e provided if on plans �xample I�a�er SfakeS CITY OF FdRT WORTH STAN4ARR CONSTRl1CTION Sf'ECIFICATION DQCUMEfVTS Playground RepfacementatOakhurst, Worth Heights, Harrald Park 102464, 102465, 102463 Page s of zz � � � � � �� � � � w � � � � �' o/s � w/� � � � � � �� �c � � � w a � .. n � � � LL.I � � � £� � � C� � �' o�s � �% U � Y �rC fl] Q w d �� F '?- �q� C3 � ���� ���� ���� d��� � �� �� � � iuli Fl..- ini.l$� � m �- � W e ti �-, � � � � � � d � � � W � � �_.� CJ � r � 0 w�r a 0 �� � �� � `� � �' �� � `� � d V� � 7?:�`� � c-�,s� � � � 7 �r"��; STA=1+728'1 � C-3_81 � � � xo � r� �� � fl5 J � m � � L� d; � � G.. j Y a � � �F 5 6 � n a � �'� wW �� z� � W �+ �� �= o � �� �� � F � �� =o � �� '� � �'� � � ��� y���, sra=o+a� :. c-a.�a ~ ��w ��� m � wti� p � J � � �m�� t� O � � � 10[9 � �t0a,� ���� C� — m �'' � C�5 �Q � � � � � m= � .r � � � „1 � w �m� !9 a x VL Sanitary Sewer Stakin CIIY OF FORT WORTN STANDARp C4NSTRliCTION SPECkFICATIQN �OCUMENTS Piayground Raplacement at aakhurst, Worth Neights, Harrold Park 10246A, 1fl2465, 102463 Pa�e 9 of 22 A. Centerline Staking — Straig�tt Line 7'angents I, Inverts shafl be field �erifi�d aneE compared against the �lans before staking I!. Painted .green lath/stak� WITH hub and tack or marker dot, no flagging required III. �. affset stake between manholes if manholes are 400' ar less apart fV. Offset stakes should be located at e�en distances and p�rpendicufar to the centerline V, Grades will be per plan and the date of the plans used shauld �e noted VI. If multipie lines are at one manhale, each line shall have a cut/fill and directian noted VII. Stakes at e�ery grade �reak VIII. Cut sheets are r�quired pn ail staking Dptional; Actual s�akes shall cansist af a 60D nail or hub set wTth a whisker B. Centerline 5tak9ng— Curves l. If arc length is grea�er than 100', POC �Paint of Curvature) offset stakes shauld 6e set at a 25' i�ter�al ]I. Staking of radius points of greater than 100' may be omitted C. Sanitary 5ewer Manhales I. 2 offset stakes p�r manhole for the purpose af providing alignment to th� contractor II. F[owline grade should be on the lath/stal<e for each flawline and direction noted III. RIM grade should only be an the stak� when praWided in the plans C]TY OF F4RT WOR7H STRNQARD CONSTRUCTION Sf'ECIFICATION DOC.UMENTS Playground Replacerrientat Oakhurs#, Warth Helghts, Harrold Park 102464, 102465, 1Q2463 Pa�e 10 of 22 ��sam l� Sani�a Sewer S�akes }— � � � � �� � � w �Y � � � '--'-'^ a ,� � � �, v� � n�� � j— � � z �! �v GK � r5�.w C� � � 7 z' a/s �. �: � w 0 V7 � � � �' � ��� ��� r�� �Id I � L jY Le� ^i ! i �i �i � 0 � �y� [;� �' ¢ S 4„ �� �. .. �LL� � � � � � � �. �$ ll � �I STA=3+7'I� II �us C-�� Il �� C�b� � �-�� � � � � � � r� z � � rp ��� � � p ,� I . W N� i� � O � � tiI �� �� �� .-. �� � ��� x � � ��� � �..:� � � I�-� � w � � � � � v. � � � e�� �' � � � Z � � I1�12' 0%S � 55.... � 5TA�4+ � �, #W= �� LL o ��� �� � �� (fJ F�� `� O ti �� ❑ p � d � Iti �-. � ti it4 � � � CIIY OF FOAT WORTH STANDAftp CONSTRUCTION Sf'EGFICATION DOCUMENTS s � �� ��� { � � � ���� �,��'�� � j�;, � �� �p � ��i � c� � � � ��/ ���� �p � f �a-ViL]?O �T��� - ����`� < � ����� � �� �m�r� �� S�A=1tdS � C 4� � � � �� � w � � o. � � [�' O � p W� � � W � �� �� �� � �� � p� �� �W �� � ���� �� �+ �� �� � �+ �a t� J a w w s �`+.� � er� � F� � �� � ��� 4� o ,�i '� � �� F�� �i �m1 a� �� �vr �� � d�`� � '�of �� �� �r� C--S ``�vn �-5 � F h0 a ca � w � � �� ���,m � ��a�� ��� � 2mZ � x � � �� � f �o � �-a� �� �m � �� �� F S 2 � � � � � 2 I� f3 � C-�� lI �� �. Playground itepiacemenE at Oakhurst, Worth Heights, Harrold Park 102464, 7.OZ465, 102463 Pa�e 11 af 22 V�L 5torm Seurer S� Inlet S�akin A. Centerline Staking— 5traight Line Tangents I. 1 offset stake every 200' or� e�en stations II. Grades are #o flowline ofi pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actua! stakes sha!! consist of a 6pD nail or hub set with a whisker B. Centerline Staking-- Curwes I. If arc length is greater than 10p', POC (Point of Cur�ature) offset stakes should be set at a 25' interval II. Staking of radius points ofgreaterthan 100' may be omitted C. Storm Qrain lnlets I. 5talcing distances shoufd be measured from end of vving ]I. Standard 1p' Inlet=16A0'total length III. Recessed 10' Inlet = 20A0' total length IV. Standard double 10' infet = 26.67' total length V. Recessed daubie 10' inlet= 30.67'total length D. Storrn Drain Manhales 1. 2 offset stakes per manhole far the purpose of praviding alignment to the contractor II. Flow[ine grade should be an the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans CITY OF FC}RT WOf27H STAN�ARD CONSTRUCTION SPECIFICAT�ON DOCUMENT5 Playgrpund Replacemet�t at Oakhurst, Worth Heights, Harrold f'ark 1d2A64, �02465, 102463 Page 12 of 22 ��ample S�orm Inle� Stakes FR�NT {SIDE FA�IN G �� �fiCK (sd[ Fwctt� R.aw) a��r # � 'I H�e r�an� � � i �'� � �� V� � � � Im � � I� I ".� � � i��r��FlEs �ic� E3�3D OF THE iSI�JG 6EI�l� STpHEG i � II I t ,� FF��1�T (SIaE FA�.IN� �� I' 9 V � �_-___,:�� � ta I I-A 'J F Y��:».f �,.� .._� �� �.�_� � ��,� ��L�'`-...� �! ��}� ��'!--.G].iiiEf�{_i�l:' � r�'� ���.��- INLEr srnn�JN (i� raa�a ara p�ar�s) T�� i i�nFl�,s c�ao� �To �aa aF aur�� �: � � �� � � Ip�MTif1ES �RApE �i 1"0 RAVNhlE ' �II i ��i ����x �5ne Fonnc R,aw) p'GNT � ;]sk� wua aeix�an i{ o I� �T{ � I �I � � �,: �; ��� � [�J7 � I� � � � ;�I ��k `� z I ' � l�E7VlIflES ySHICH � ENQ 4F THE Y�1hIG �� e�N6 STAICEI3 '�� I � � ti ��T1� '�i� � �'I ��, �� � u �--� srnt+on�a �o' P ia' REC�'aSEd 1b` - 2�7' sr�t��w�o aw�t.e �a' = xe.e� —F RECE55�p�a4UBLE 14' � :4.6� � HUFs Yr1TH TF�F: � � — — —�- — — — — — — — — — — -- — — L�--------------- I l � eacs� oF ir��T rl 1 •.q.a.' '.i�•:�'y�..'. a:•• ' 7 . '.ii. .]i � I I �I r�n� i'. 4 � •q 0�1 �I - te,ara�a� 91 �l R��, _' I Q� ; f � ;,p� . I 6,4LYG CF GllpB T FL9NA.INS — — J �ELGE OF PAk�E7AENT '�•h,�. i �' " ..: .� � .pa•^• � ' . t: • Fri�£ OF IMLET EDGE dF PAYfMMEh1T CITY OF FDRT WQRTH STANDAR� CONSTRUC710N SPEC{�ICATION 60CUMENTS FW E l7p' INLET E4� BP�K OF CURB — — F�.L'1V�LINE J eocE cf PA4�MEMT Playground Replacement at Oakhurst, Worth Helghts, HarroEd Park J.424f4, 102A65, 102463 Pa�e 13 of 22 VIIl. Curb and Gu��er Stak�n A. Centerline Staking — Strai�ht I.ine Tangents V. �. offset stake e��ry 50' an even stations VI, Grades ar� to top of curb unless atherwise shown on plans VII. Stakes a� every grade break VlIL Cut shee�s are requir�d on alf staking Optianal: Actual stakes shall eonsist o� a 6f1D nai! ar hub set wrth a whisker B. CenterlineStaking—Curves � IV. Ifi arc length is greater than 100', pOC �Paint of Curvaturej offset stakes shoufc! be set at a 25' interva! Staking of radius points of greater than 1p0' may be amitted CITY OF FORT WOftTH 57AN�A{tp CfliVSTRUCi"IpN SAECIFICAfION QOCUM�NTS Pa�e �.4 of 2� Playground Replacement at Qakhurst, Worth Heights, Harrald Park 1424fiR, 10z465, 1U2463 �xam le Curb � Gutter S�akes F R D I�l T (siQ� F�c��c ��. �- i p �O FR�NT � ,� FRDNT [5i[}� fACING �) laEN11FlE5 SikR7 PC � �f7E FACIhI� �} PQN7 CF OJRVAlURE I � � i N `� ~ O o I � ' � I �1V14T IAENAFlESE73� (5DE FAOINO ¢j ROI�IT QF �.., r sa�r iQ' .\ N � �PT j� � k� �� �� :r � � �t�i� � �oo�nFl� arfser is rn � I ' � � (SlDE FACIhiQ R.p,YI.} �% gtu�r c� �u�a n� F/o ,Tlc' �� � 41 � _yj � F1'Xi FhCE aF CUFi9 j+ 3'�, �� I I l I FLxNT �! ! g I I� � ;B C �', � I I{ l � � � � iii � � � �. , iii � ��,y. inQmFles €�t�oE is � _- � I 1 I I �E jj � ��� 10 NP 4F 4LLF�7 N47 6RPE£ ON I ��J I` � HUB ELEVATION • 1` I-n i Fwnws Rr�Nrs -- � ti .o � � 1 i' �P -. � — �'� � 1Jti1 � . rir; F��L�I�c��i.�::.�,� . � � � } It�! L�ri; ��}F �i�.,.r �=t�.1;1't� �_ �-�-�"=�-�. !! � � I I � i `ba, .� / ! 1 + � I� ; ' � -�.- .•�..�� �� a .. f �r' �1 � � I ,�, ..r � f � r �� r � � I � '�a �! r ! � I ��, r r � � ! f -.�_..__,.�� j �,. � f„ � ,,, f � � / �I ��� �}� � � f ��-__.� TOP C3F CURB Y.- �'~ �� •{' } �I � r' � � .. ��� s--^ ��_�f� f♦ '�a� ,~ r- -T � � I �f �� ��r~ µ�� ' y��` y � ���J`� y- � � r,. � '" ��� �f ��� � �f��:� Q� ����iB �`" �{.-����••� �.f ����� r �''� �� � P �� r ���� �� � F�rx �r���� ���� �� �,'U�i� L —�Y.-i-�'Y �~�� Y��� � l FLI�WI l ��lE EQGE �F PAI�EMEM1�T Example Curb & Gutter 5takes at lntersectio� CIN OF FORT WORTN STAN�AR� CONSTRUCTtON SPECIFICATIQN OOCUM�NTS page 15 of �� Playground Replacement atOakhurst, Worth Heighte, Harrold Park 102464, 102465, 1024b3 � � � w ���� c� ���� � � z eo�3 � � � �.��� 4%S m �� z�5a lf � �+o� w � �� � u i� �` � � o � -- �� l `�uy s._ � � , 9 �� w � F if! � � � � �. � �t '4-�. � a � _,�. � — - U Z � 0 � � � � �_ � _ _ � � � � � � � °-- — - � � � � �. � � G X w � '}y a q � �i ��'y aw _ - o�� ,OL ��� ¢� ,Of� ��� V 6��� � > � Q N 0 N � � � ��� � a� a _ � f �� � �.. �%.�- w � ��� ,��,/� r��# ��I �� �� a��� ��� a� �� l �'�.l �c� �W j {s`u � a-- 'o �i �.d -i- _4 �_ � �_ ctl 3�rlr�s�a xary p� I c? .w ��qr F- Yf � ��� � �dTwm F � ���� � ���_ �$ �� ���� �j l 3�ryyJ,SEQ 'XV4'1 .0� � O � �� I � �� ~ -- 4� �4 � o �i �e � ' �_ \a` " � ��q� W �/ \ ��'� Cl�.1s d a `��1%�� } t�l r � � N � "� Q':� ti ,Q 4 `� . ���: ,� W --... � a � � aF-� ,�5 �d0 a� � q Oy �{ M � u � � �O r' � �Q f.s �F �.�Wq _' c} �.1- ,OF -� 4��� � � CiTY OF FOiiT WORTH ST,4NOARD CONSTRl1CT�ON SPECIFICATIpN flOCUMENTS Playgrovnd Repfacement at qakhurst, Worth Heights, Harroid Parlc 102464, 102465, 102463 Pa�e 16 of �2 13C. Cuf Sheets A. Date of f9eld work B. Staking Method {GPS, total statianJ C. Praject Name p. City Project Number (Example: C01234) �. Locaiion (AddreSs, cross streets, GPS coordinatej F. Sur�ey company name G. Crew chief name H. A blank template can he ahtained from fihe survey superintendent (see item l aha�rej Standard City Cu� Shee�: Date: Cl�jl PTOJ2Ct Number: F'roject Nam�. 0 TOTAL 5taking Mefhod: ❑ GPS STATION LOCA7ION: CONSU LTANTIGDNT RACTOR SURV�Y CREW INI7IALS ❑ OTHER r. wr�rn wr,� rr� �i r�ier� i*�� na rna nG �`I IRR 11A11 FSS f]TNFRWISE NO7E�. /1LL <7RMUG.] Ml\L., 1 v � �vrr�..���•... v � - - ---- - - - - OFFSET PROP. STAKED PT # STATION DESCRIPTION - CLiT + FILL -LTI+R7 GRADE ELEV. Cll Y UF FQRT WORTH STANDAR� CONSTRllCT10N SPECIFICATIDN OOCUNlENTS Playground Replacetnent at Oakhurst, Worth Heights, Marrold Park iq2454, �.flz465, 102463 Page 17 of 22 X. As�built Surr►ey A. Definition and Purpose 7he purpose of an as-built survey is to �erify the asset was installed in the proper location and grade. Furthermore, the information ga�h�red will be used to supplement the City's GIS data and must be in �he proper farmat whe�r submitted. See section IV. As-built sur�ey shauld include the following (additional items may be requested): Manholes Top of pipe elevatians every �50 feet Hdrizontal pnd vertical points of inflection, curvature, etc. (AII Fittings� Cathodic protectron teststations Sampling stations Meter boxes/vaults (A!1 sizesJ �'ire lines Fire hydranis Gate valves (rim pnd top of nutJ Plugs, stub-ou�'s, dead-end lines Air Release valves (Manhole rim and vent pipeJ Blow off valves (Manhole rim and valve IrdJ Pressure plane valves Clepnrng wyes Gean auts Casing pipe (ecrch end) Inverts of pipes Ttrr6a Meters CETY OF FORT WQRTH STAiV�ARD CQNSTRl1CTIalV SPECIFICATION �OCUMENTS Playground Replacement at Oakhurst, WprEh Heights, Harrold Park 102464, 102465., 102463 Page 18 nf 22 B. Example oeli�erable A hand written red line by the field sur�eyor is acc�ptable in rnost cas�s. This should be a copy of the plans wiCh the paint number noted by each asset, If the asset is missing, then the sur►�eyor should write "NDT FOUlVQ" to notify the City. CITY OF FORT WOfiTH SiANDARD CONSTRUCTION 5i'ECIFICATION DOCUMENTS Page 19 of 22 Playground Replacement at Oakhursr, Worth Heights, Harrold Park 162464, 102465, 102A63 � � r � �s � �, �€� �� � ! ' �qe �� x� B� � I� ; �' a�� � � ` � � �� I� � �� � � � � � � ��� � �����; � � � ������ �� I � �e �g '%*IRI` �f �� ���,�� � . .,��� �� � � � � " �31 � '_r� a1 � � � � _—' , ... ��..��-'y'1,�� ��;]YWM I . �� �...il�_�I'� � •��at •'�I�"'��i�' __II" � `�+�� �i ry���-u! . � t _—".. x .r._=;�t' .1. �i .._' ' .-- b�� i=.:-.:_ .—�}_�.� 1.�--=��_ _-+.;�i�$ .i. ----1' i� "i.r---_--�� _''—' ,' a �j � ,:-� --' . .. �- .{Y'�.. I.—_�_� - _,. ... .. - i F. .-�— �r��i _._: �� . --_ ' � : j'. ... ..��--= ..__ . --��:- _:i-. � �-=._=+ -� � . � �--�----��� � ����.���. _ �rf �_--��¢ �� �---�--- '--�,Is � ..�T-.- �`� � I=I' '---� I" �' _ ---:" !' f�'r'_.t_.' �. -_�: . �--- _" 4..: . L1' � 11�1 _ �' !_,�._.. 7 -"I *�T � �' � -!' I �+ f � ', � .. _ _ . . . ;' -_ — I � ! �' li . ' - --� --- �--- ' f'`t� � '--�u�'� � .--#'�� _ .'.. I�." "� i .4 � � V r� �---.. �' � �4�p��::e � �--� ._� _ I' ,' :' �. h��.'-- r� { ._�� _. i _:, '�i � _.. �'r _-- ��... _.: ..__ . ,:: � ,.�:.. � , .. .�.:.__ ,.. .. � ---.. . , -. . .._ . � . .,.. ...- ___;j'` �:.:'.� ; � ��+�r'�� � �� �i'' �� . :_. � . �_� ;��, -t:-=�� :.:__.. _ � _ . #�,4 . _ , .-- —�.�—..'.-_— + � � -�r�M.�.} . - -; -� � ' `� . �•�-�� ' � -- --' -- �r 7�� .._ _ - -i � ��I"�a,�•..t.�r�.— � � - ;� �d. � �"-r `1�=' �r r- . .—F=:_. + � " . � . . rr ,�+156. .l.. , '.r� . ... ��,--f�+:'F1F5---=_�_?i°`.r"�' � � � Yns��+l.Vh_.._. J - ��-�Il� �,�:u ..y.1ii`.�., i :'� r � � - -. ' . .. -vli" :�_:ry .*���[._ ��n�+.� = -` '�'�''�`�3 �f— -� -hg�rir :�1 �f��F. . I -- — ��7,rr- f - i :� :� . ,. �{ - --' t- 4' . � fi ' � ' --�.- _ �.�i;�%��i1- . � ' �i � _ _. .. . -TI#� fi � ._.'-W. :--. .. � lls= i_� — ' -- -'-- -,. ; _ __. . _��, - --�:1 �;�. _�.-_.�.,� - =�- _.. , ___�s.:��-��_�''� .i ... —_ - �-=� --= , � � -�i ,�,1 J�� � ;; ,��, � CITY OF FORT WORTH 5TAN�ARD CONSTRUCTION SPECIfICA�I"I(3N DOCUMENTS Pa�e 20 of 22 Playground Replacement at Oakhurst, Worth Heights, Harrald Park 1624fi4, 102465, 1�2463 - lEi�L d1'.CtAY7�W R4� I + f�WL 1FWYA AR! rz w�Fx E �^- . z a€� n rw � �� ,%� , — 8� � �`' �....��. ��,.� �rt�mr b�AYv�Yl L1 w' YlKIY� �N7VE EX%ril.�\ ��� �t7 ��� , �v� � si'A �3rnn -1z wt rflofn u�7 RFlIW� G 5AfS�k?E� EXIST. GATE YALVE & RfOL�CEft oav,v,Ecr ra �x1sr. a�w�o��n lxSTiW[� FIE'S0[!6 SlF_EVE r,w. r �Reoc� ���'cfrE wkJr� s�adre?;.�w ' �'7 �'�� i trnw �_ __..=::k= =-= _ _ __-= car �n����� e k mx r.�. e�� *.. . rr.� wum 0 �r�f�i�` sti'°4 �%� `':=`' 3' r;°� o .��� 5� rrz��v�¢r.e�vD srtias€�s - �w� `_ e- � i�.srr�a , rksr�u, � r�x ankr,l,q�r'r� � r-�err,� v.erv�'�!P �-xr� trr ��,� RrF er�'qwwr r�n Yrra,�� v�cve �,+�.�. � N.�4�a't� �'9l E�92iL�9 �y' �, LOT ! ( � �.,n � SldCd�CM A! W.FMY�.tia y� y9+�:�� fl 9daA ���� R�/7➢8'W �� ELfV. 7E3S0 � i {� �I �� � � 7Bd! •2 1' � RE�FtlYE & $uVM� 1 , . � E1'A7'. G+V'� VHYE 57'A03260 - 12'W !fi' A � ,x�� fra�v�r.a�ry ����ew:f�,�, �4l47ra8�r iw�+�, �� � a2JG313JUlz SJ'A 6-D�610 -!Lr WL fFL7fD LY�3 Sf'A1f5rS6 -!E'Wi !N5%HLr lNsfAtl� �rra�.�sam st�v�' rrxrsvr�:er�rp � rF a� �zw�r�t Ar�F x�as�..�rr rSiJH�CT TO �7t&T. f2'WA1'ki: E•229153Q328k3 N•694/f4�9�J E7�963l�J.9f76 V�-I i' 1�1 PRQAO5E0 SANIf �Y : se� sH�� CITY flF FORT W�R7N Playground Replacement at (}akhurst, Worth Heights, Harrald Park 5TAl�fDAR� CONSTRl1CTlON SPE�IFICATION �O.CUMENTS 16�464, 102465, 102463 Pa�e 21 of 22 k� J .i .-+�: I .11 I� _. =°�: _ � � �� � � �� �. �: yyy¢¢¢ , �� � � � � �+�� id �8 �� {{ � �7' � � �k � � � � � �$ z x� �� � 4 � �� �� � ��i ���4� �5���$ �� � "�� �! IlL ����� �5��� � fi. �� � � k�� �II I 4- { .�j.. .. �' �� �� ��'I�'s II � I� ' ��� i � '� l� q ���i� � �``� � � _' �e � �,� n . ��� � -. x � � �. � � 'g� I '; `�� � �W 1 � n JJ � �� �; � I , �� �: i' . �� a� �,� - , � �'� � i �' b 3.� ' �-.:i � ��W �; -1 �,, ����� � �W� I !:� �� I � / � �_ � R ry �`, 3 � f �';Fa� � �/ 1 , .i �:j r . � .; i �, - -.,� .=r- i ' I �� � 51�"+.a21�nr.Se � ?C) �r'€ J I � � !.� +�����y %��� 1 � �� I �}� a y`� � 9 b ��� q�$�� y ,��@� = � ' �% �.• � � '� �, �'o � � • � °-�� '�. y� �h�� n���� ` ' •G �F°g � 3 . �3 P I y �ffi ! 4° I � � �� �����m�� d�� � �� ��. Itl�� _��� � �����(���p���G�I���. �� ��+ � � 1�i: � � I��I.I. S�J��el I� �v' �� ;=:}I '�;{�-�'a��;�,�i 3�t� i�� �. ti�} p I' ��ir4j�el¢� � A � iti . _ i;�k:t��; � � � ...�� � �'c's:��g, - � �.� ���e�� � `!4�t#� � . d �a���� �$ � a —....., .. , � �� .... .. .. .. . ..._ _.... =�i . .� . � . ..�i�� �� i � � _ �-- s�.:�:� ���?F i_-� �':ly�f*I�it�' 'rU.P �.�'l''m '-`'-� �- � L`e - ,r. J.�`.�.. � i F1�1��1. ��� . '. = i�II�aL�i.�{4��,';�_ I 'i�_'�y:'�'__":' � 1"r I I.�. ; q '� - ''' ' � � �Y� �.� : �� �. � . I—I�'__, ��'';; t�-;- _. ._ 'I� �I . T�.�_�I II��.i�.�.L T I i ±� I ��i;l.:_._.i�-I . � �:I;��r� i:..+I��TTI �i��l..ii�}j; i��� _ ' '� � � .171 ... � � �y.•. �--' -' � `I��d �� „ �_.� .i ��.. ��' �.h�-�1.-�L-'_""i?nrlY� d��'_�._-�. . �-_:r°ryll-'�-�'�'r .... -'-u - .i "l: . _ - i � i_ : 'I'; � � I i�l�lii-_�r 1LI. =�'�-�=''- I�� �ir..'I--' -n�' ' `.J _I..F.:�.i , I.� iF �� � � ��i � �� 1.. 'U������� �' I ;I � . . �I 'I'�''I _ � I '__".li .'i 'll ' .I� I' �.I�_.�I_. . .. '� i ' ��. ... . i xz_ � a .'�..!� ..�'i`� -�--I-°_-..! � ....._.._—...__ 'I I 'I .I_ _ ..,..�. .�... .� � _ � _._._M=�. ( � ,.��� �7y_,�� :, � i.: ��p1 `" ��+a.y.. .. E $$ �.. 'F'I'T�_�i 4�� I� L� ._� �.�.�pifA��j� Fe�u i. II. _ �ij E �j �'�f-7'�.2�R�. .'15�i,.�= E��:,�'�✓. - . �' '. ;�; , a". .� � .s .._ �.. ,.: ;: I _ .; .. -. .i�,�. �-;� -���;, ��� : �: � Jr,fA' .�l . �� � i�.-'. g -- � - � i r . �... . �i� _:ytFs i G � q � i �.i � 4I � q ' � �.I'. {� �'.�... ' . �1 i .�.i�� i�� i�'�-�1�� i ;I;��:..ii . ��' �i. _ �.s�i�r. .°, �,��� ,� . i.�-� ';, I 'll- _ II -� ' �I_���_. k _.� - �I � �� � i �-l-i-. .� x _ r � y�7� �� ' '2�- �i $ � � .��, �, � a �l .. ' . � ��i. ' �. � u�� �I�"_ �'� � '� �i �7 -._.� i ; ;i .I.��� .._ . . .� ,I' ���.-;-+- � w ��� I . '' I � _..__ � .i �_..: i ��,' . . ���' ��� __..'..' , �L._ ;:.�.� ;,i�:- , . .... ! C:_,I� i„ .�F.. � .l. ... ��r :.� -�: �- - _�; `.�: � , � �i � .; r 4-� ,. . �._�;� ° :r. _ _ .., . .: .: t . � t� ,..�.�n; � ��, ; �' I I�.; : ..� �.� , ' � r� il.�'��-� ' � . � ' I '� f . -�._:.. ��_.. , : ��:n.., � ti���:.�:� :�':=�� �.�:.� _��, , ,—r�;��;:�,,; - .�� I� � -�-� ' ; '.�-fi�--'� ; +fJ I'�.:. �r��'�I�i� ill�����. ":f-:'I�,i�'fA _I.:_ � _ - � I-a' � ' -1�� !� i r/�� � �n -� -'�. . ii�� i+�.�..•i-1 �:'I.. � �If: ���. . �i� �'I: ;�:' �_'_I �I� ''ii � �1;.. ,I � � S� �_ +I'. : .��'� . . . _ , � �I�II .� I�� I�� �� ��� ' +'..: :�� '::7'�-'. r � . ., ��F-�-�: ' �', ..�.- , _���II�. ��I('�:,� .:I;:.��,��I���� . :. '� ��I;-:. i i. , � �.—.__' � �:I;�.:�J_ ',�.,, . , � � . .�_.... , � � , •�� il; � . „�: ;�.;i .I�`'� �'���'I���� . .. �� _ .��. ;;; ,� ; I�;'�I ;r-�,::._. �; �. i �: �� � �}� _• '. �' . ;I. � ' -'� �'�`r.''�''��y�""� I I���� �.��.:: 'i_�;x_ , i .. .,. rriil°���r�pR---'-�._=i � - �-=� �Aa",'=' : ; j., i .� � r � ,.,i: _��.� ..� � .� =i��:. i�:;� � _.r_...�_�f .��r"i .I__�--.: _'i'."� � : � ':..I � _... �' � . I � �_ .. �� � � '���I �. � "ii:j�!j.� .� �:I .:� .._r ' . _� I ' ! ; I �.'+ ii4 -i ��' '���� I i I 'I `�� '- I� ' 'I. . 'i' '�__''��oLif'.F" i: li � 'II' ;, .� !��I , I. � ._._ . _ � 'll' ; I,I ' _L.;� II �.�;� .: �� � -f��:,- :fi.� � I' � � ..,._-: � _ 'LIF � � .� �. �—:L.__I.I:.. ' ' i 'i: ;�':��}' 1�`�';�' : � j �� ,r,_ � � .. ;; .� , ��� • = ���Fl��� �. i ir � � �_ � �, ,�Cj�;�� �i,l I ' I�-�-'�-...= � ,. ' :`[� I '. _ . ' ' i ;I�_ ..::...i� ' � I' --i.. �'.. k f I�'�-' i .�; `r �-�'".—:-li;.;�i�::._I.�ir .�i.!_� ::,_-;;:��i ��-,! �-I� — ; �i � � �I:�� i � „ '�� � ,- �..�;:���r� � I��r..!�_.. — .: �I I I + � � H1.��'!�-� - ��'-. �..._�.r �-_"' � � ' -Y..� .� _{' i � �:c :- -�. .. ,-1 lrf+�i-��_�F �_."I,f',f�_���� (1 23.16.01_Attachment A_Survey Staking Standards.docx Page 22 of zz o:1s �01�1 page 23 of 22 23.1�.4�,�Attachment A_Survey Staking Standards.docx Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requ�stec{. This is just an example and all this information should be noted when deli�ered to the City so it is clear to what coardinate system the data is in. Pawr �vo. 1 z 3 4 5 6 7 S 5 14 li 12 7.3 la x� 15 17 18 19 ZD 21 2Z 23 24 zs 7� 27 28 zs 30 31 32 33 3R 35 36 37 38 39 4D 43 az 43 44 4S 4S NC3RTHING 69a6257.189 ss4�z6a.s9s 59Q$307.399 fi94fi220.582 69A63.95.23 694fi 7.90.528 H946136.022 6946002.267 69460n"s.056 6945980..677 6945986,473 6945S95.D77 6945896.591 6945934.286 6945436.727 $945835.678 6J4§817,488 6R45759.776 6945758.553 6945743.3I8 69A5723.219 69456Az.2T 694562S.9D2 6945643,407 6945571.059 G945539.49$ G9455i.9.834 b9454i7.879 6945456,557 69A5387,356 69qS37fl.G88 69453 B3S3 fi945321.228 fi945319.365 69452A 2.289 6945233,624 69a5206A83 694514�.�15 6945113.Ra5 6945049.02 6945U41.02� 6945fl38.878 fi945006.397 69A49AA.782 6944943.432 694A8617.A16 EASTING EEEV 2296(179.165 �zs6osz,ial 2296038.30G 2296�11A�S 22964] 5.116 2296022.721 2Z95992.115 2295919.533 %295933,q18 229588p.52 2295869.892 2Z95860.962 2295862.188 2�95841.925 2295830.AA'1 2295799.707 2295827.Oi.1 Z295758.643 2�95778,42A 2295788.392 2�95754.394 2�95740.:22 2295669.471 2295736.U3 Z295655.195 2295667.$U3 2295639.49 229558d.27 2Z9564�,145 2295597.1.01 22956Q6.793 2295610.559 2295551.105 z295533.728 2295570.715 2295544.625 Z295S29.3QS � z9S557.656 2295520.335 2�,95517.345 �Z95552.675 2295552.147 2295518.l35 2295S2p,S35 2295556,479 2295534.397 DESCRII'TfON 726.09 S5f5lIH RIM �zs.6ba �v Rinn 726.85 Gv RIM 723356 SSMH R2M 722.123 GV RIM 722.325 FH 719.448 WM R!M 713.331 WM RIM 713.fi52 CO RIN! 71Lfi62 SSMH RIM 710.046 WlVi RIM �a�.�z wnn RiM 708.�05 WM RIM 709,Afi7 WM RIM 710-084 CQ RIN1 707.774 SSMW RiM 7D8.392 SSMH RIM 711.2'18 SSMH nIM 71�.0$6 GV RIfVI 710.631 GV RIM 712.$49 GV R1M 716.686 WM RIM 723.76 WM RIM 719.737 CO RIM 727.514 SSMH R]M 729,123 WM Rlisll 732.689 WM RIM 740.521 WM RIM 73G.451 CO �11M 740.755 GV i�IM 740.975 GV fil� 7�}O.hQB FH 746.34 WM RIM 7Afi.777 CO RIM 748.454 WM RIM 745.59 SSMH RIIVI � 751.058 WM R1M ���� �-. �' 75p.853 WM RIM ��(V�� � 751.871 WM RIM 7S2.2S7 55MH RIM ,yr-� v� 751.74 WM RIM �"F` TF 751.$8 WM RIM �}.� •I S�i=,�-`y4 752.b15 WM HIM ,�q.��}-� 752.80I WM RIM L r�,R' 752.155 WM RIM ���� , 752.986 SSMH RIM �J� �,���Y�� r�I� Ifk: i �4�a;�i 2.� �.� ; � L � UC��- ��i.� f;�ti � � ! j�.J c- � . . iti.i . � . � . � � c.. ' � Tx. t� . C��r4.� 1 C,�-�(� �t L U,���� � � c F} r �`c.�.;�--n, �-m t ;. f� �� . �� �/ i� �`�c_' l �: � r�_ - � �{' L l �� ����' �� !� � V C nt�Z �1 C �-- f u� r. Li���la tr� -Ct-f� > C. Hv-a C �(L� 5�:(L.�}C � . O,�Specs-Stds Gau�rnance Process�Temporary Spec Files\Capital Delivery�Cap Delivery Div 01�0171 23,16.01_Atkachment A�Survey StakingStandards.docx Page 24 of 24 C. Other preferred as-built delNerable Some vendors hav� indicated that it is easier to deli�e�r this infarmation En a different format. Below is an example spreadsheet that is alsa accepta6le and can be obtained by request from the sur��y superintendent. Q:\Specs-Stds Go�ernance Process�Temparary Spec Files�Capital Delivery�Cap Delivery Di� 01\0171 23.16.01_Attachment A_Sur�ey Staking 5tandards.docx Page 25 of 25 ��� � ` W - �� � N � � �+�� '� � ^ � . � � - -- ----_ --- --- -- -- -- �--�-- -- - � - -� � e b b � � ' ��� � � � � � � � � _...� � �� � � � � � � � � � � � � � � � � � � x � � � � z .� — � � � � — w G £1 � A � V � o .0 .. � ;, � 2 `� � � z � � � � I � « I $ � E r. a � � o .. 4 _ � � �Q � � � � � � v � - .� �� � � � � � � � � � m 4 � �j � '° �- z � z - � � �, . .r _ 13 " � h m � � `�' .� w w . .. - "_. '"'""' _ "__ _ _ " '_' """" _ __" � F � G �' O. 7 �� � � � � � g � � � � � � � � -1 � �;��a I # � � � � � � � � � � � N � � -� .� � � _ �- z _ � � _ � � � l � � � s` - # �i�� n 2$W �W � v 5 I Y � w � � � a � � a a , $' � �� � � . � � � „ _, -� � � � ' ��� �� � �: � � i a y�'�, � , -7 � � � -- -- ------- --�---- ---- -- --- --- -�-- —�- ----� -- n - ��, , � �. R� �_ = d�� U1i4 � �� 5� ~ � � � F� � � IIII I��.M1 "� � a a �� - � m � � � � '_ � � � � � � � � � � �� _i ' ` � , n � � � � i �.�e � � � � � � � � � m � � � � . � "� � � � 5 � � z � � � � � � � � � � '��—� �'�' �- � E � � � � 2 � Z — T y ` � 2 � W a � �j � %� �R : _ � � � N ^a; � � � �! -•-I ' � � � s . _� � .� .�. � % �i -''a NJ I I p il m .. ., . i : � a �� • � O:\Specs-Stds Go�ernance Process�Temparary Spec Ffles�Capital Delivery�Cap Deli�ery Di�41�0171 23.16A1_Attachment A_Survey StakingStandards.docx , Page 26 of 26 017423-1 CLEANING Page 1 of 4 1 2 3 PART 1 - GENERAi, 4 1.1 STIMMARY 5 6 7 S 9 ia 11 12 13 14 1.2 SECTION Oi �4 23 CLEANING A. Section Includes: I. Internnediate and fii1a1 eleailiilg for Wark not includin� special cleaning of closed systems specified elsew�ere B. Deviations frozx� this City of Fort Wortll Standard .Specification 1. None. C. Related Specifica�ian Seciions include, but ate not necessarily Iiznited to: I. Division Q— Bidding Requirez�ents, Contract Forms an.d Candiiions of ihe Contract 2. Division 1 — General �equirements 3. Sectioxz 32 92 13 — Hydro-Mulching, Seeding and Sndding PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Wor1c assoeiated with this Iiem is con�idered subsidiary to the various Items bid. 17 No separate payment will be allowed for t�us Item. 18 1.3 REFERENCES [NOT U�ED] 19 1.4 ADMINISTRATYVE REQiJIREMENTS 20 21 zz 23 24 2S 1..5 A. 5cheduling �, Schedule cleaning apexations so that dust and ntl�.er ca�taminants disturbed by cleaning process will not fall oa newly pa.inted surfaces. 2. 5chedule final eleaning upon cnmpletzon of Worlc and imrnediately prior �o final inspection. S�UBMITTALS [NOT USED] 26 l.5 ACTION SUBMITTALS(INFORMATIONAL SUSNIITTALS [NOT iTSED] 27 l..'� CLOSEOiJ'T SUBM�TTALS [iVOT USED] 28 1.8 MAINTENANCE MATER.��Y� SUBMITTALS [NOT USED] 29 1.9 QUALTTY ASSi7RANCE [NOT USED] 30 31 32 33 1.1.0 STORAGE, AND HANDLING A. Storage and Handling Requu'ernents 1. Store cleaning products and cleanin� wastes in containers specifical�,y designed t'or those materials. CTTY OF FOR7' WQRTH Playgot3nd Replaceenen� at Ottkliu�st, WortU Heigl�ts, I�arrold 1'ark STANDARD CONSTI2UCTION SPECLFICATION DOCUMSNTS ]02464, 1D2465, ]02463 Revised 7uly 1, 201 i 417423-2 CLEANING Page 2 of 4 1 1.11 FIE.LD [SITE] COND�TZONS [NOT USED] 2 1.12 WARRANTY [NOT USEDI 3 PART 2 - PRODUCTS � �.1 OWNER-Fi7RNISHED [na] OWNER-SUPPLIEDPRODUCTS [NOT USED] S 2.� MATERIAI,S � 7 8 9 10 11 12 A. Clcaiuizg Agents 1. Compaiible tavith surface beix�g cleaned 2. New and uucontaminated 3. For manufactured surfaces a. Material recommended by manufactlzrez� 2.3 ACCESSORiES [NOT i7SED] 2.4 SOURCE QuALITY C�NTROL [NOT iTSED] 13 PART 3 - EXECUTTON � �4 3.X INSTALLERS [NOT USED] IS 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT CiSED] 17 3.4 APPL�CATION [NOT USED] 18 3.5 REPALR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION 11VOT USEDI 20 3.7 FTELD [ox] SITE QiJALITY CONTROL [NOT IISED] 2I 3.8 SYSTEM STARTUP [NOT USEDI 22 3.9 ADJCTSTING �NOT USED] 23 24 25 2& 27 28 29 30 31 32 3. J. Q CLEANING A. General 1. Frevent accumulafiozz oFwastes t�at create hazardous conditions. 2. Conduct cleaning and disposal operations I:o camply vaith laws and safety arders of governing authori�ies. 3. Do not dispose of vola�ile wastes such as mi�eral spirits, oil ar paint thinner in storm or sanitary drains or sewers. 4. Dispose of degra.dable debris at an approved sQlid vcraste disposal site. S. Dispose of nondegradable debxis at an approved so�id waste disposal sitc or in an alternate znannex approvec� by City and regulatnry agencies. CITY OF FORT WQRTH Playground Replacement at Oakhuist, Wo�tl� Haights, Hari�ald Park STAIVDARD CONSTI2IICTIpN 5PECIFICAT[Ol+i DOCLlMENTS 102�}b�}, 1.02455, 1024G3 Rcvised .Tuly I, 201 ! 017423-3 CI.�,�NTNG Page 3 af 4 1 6, Handle materials i� a controlled manner wi� as few handlings as possible. 2 7. Thoroug�ly clean, sweep, wash and palish alj Work artd equipment associated with 3 this project. 4 8, Remove all si�t�.s oftemporary construciion at�d activities incidental to canstruction S of required perma.nent Work. 6 9, if projeet is not cleaned ta the satisfaction of the City, the City reserves �he ri�t to 7 have the cleaning completed at the expense di ti�e Contractor. 8 10. Do not burn on-site. 9 B. Inter�nediate Cleaning durin� Canstructian 10 1. Keep Worlc areas clean so as not to hinder health, safety ar convenience of 11 personnel in existing facility operatzans. 12 2. At maxi�num weekly intezvals, dispose of waste material�, debris and rubbish. 13 3.. Confu�e consttuction debris daily in strategically lacated container(s): 14 a. Cover to prevent blowing by wiz�d 1 S b. Sto�e debris away from constnaction ar operational ac�ivities 1 b c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas whez� ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-�eeded basis, uritil Final Acceptance, 19 S. Prior to storm events, thoroughly clean site af all loose or u.nsecured items, which 26 �ay become airborne or transported by flawing water during the storm. 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 4� 4] 42 C. Interi�r Final Cleaning I, Remove grease, miastic, adhesives, dust, dirt, stains, fmgerprin�s, labels and ather %reign materials from sight-e�posed surfaces. 2. Wipe aIl lighting �ixture xe�leciors, lenses, Iamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Pnlish glossy surfaces to a clear shine. 5. Ventalat�ng syster�s a. Clean pernaane�t filters and r��lace disposable filters if units were operated during canstruction. b. Clean ducts, bla�ers and eails if units were operated with�ut filters duri�g co�struction. b. Replace all b.urned nut l.amps. 7. Braom clean process area floors. 8, Mop oifica and control room floars. D. Exteriar (Site or Rigb.t of Way) Final Cle�ning 1. Reznove trash and debris eor�tainers from site. a. Re-seed areas disturbed by location of trash and debris containe�s in accordance with Seetion 32 92 13. 2. Sweep roadway to remove aJ� xacks, pieces of asphaIt, eoncrete or any other object that may hinder or diszupt the flaw of traffic alang the roadway. 3. Clean any int�rior areas including, but iiot lirruted to, vaults, mai3holes, st�ctures, junction boxes aud inlets. CTTY OP FORT WORTT� Playground R�placement ai daklmrst, Wo��li Heights, Hararold Park STAI+fDARD CpNSTRUCTION SPECIFICATION DOCUIVf�NTS 1Q2464, 102465, LD2463 Revised 7uly l, 2011 l � 3 4 5 6 7 & 9 O17423-4 CLEANI�iG Page 4 of 4 4. If r�o longer requixed for maintenance of erasion faciliti�s, and upon approval by City, remove erosian control from site. 5. Cl�an signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIE� [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT IISED] 3.14 ATTACHMENTS [NOT U�ED] END OF SECTION Revision Log DATE NAME SUMMARY �F CIIANGE �0 CITY OF FpRT WORTH Playground Replacemen[ al Dakhurst, Wath Heiglits,.Harrold Park STAND�IRD CONSTRiJCTION SPECIFICA'f10N DOCUM�NTS ID2464, 1 Q24b5, 1024fi3 Revised hily I, �O1 l U17719-I CLQS�OUT REQ[.]IR�MENTS Pa�e l of 3 1 2 3 PART 1 - GENEI2AL 4 11 S1IMMARY S 6 7 8 9 IQ 11 12 SECTION O1 '�'� 19 CLOSEOUT REQUIREMENTS A. Section Iucludes: 1. The prncedure for closing out a contract B. Deviations from this City of Fort Worth Standard Speciiicatian L None. C. Related S.peci�icat�an �ections include, but are not necessarily lina'ited to: I, Division 0—Bidding R�quirements, Conf.ract Forms and Condition.s of the Contract 2. Divisian 1— General Requirements 1,2 PRICE AND PAYMENT PROCEDiJR�S 13 A. Measurement and Payment 1� 1. Work associated with this It�m is considered subsidiary to tb.e various Items bid. 15 No s�parate payment will be a�owed for this Item. 16 1.3 RE {{ RENCES [NOT USED] 17 1.4 ADMCNISTRATNE REQUTREMENTS 1$ A. Guararitees, Bonds and�davits 19 1. No application for final payment will be aecepted until all guarantees, bands, 20 certificates, licenses and affidavits required far Work or equipmeni as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for f�al payment will be accepted until satisfactory evidence of 24 rrelease of liens has becn submitted to the City. 25 l..S SUBNIITTALS 26 A. Submit all required documentation to City's Proj ect Representatiae. 27 28 29 3n 31 32 1.6 INFORMATIOIVAL SUBMITTALS [NOT USED] 1.� CLOSE�UT SUBM�TTALS [NOT USED] PART 2 - PRUDUCTS [NOT i7SED] CTTY OP F�RT WORTH P1ay�•ound l2eplacement at Oakl�urst, Worth Haights, Haz�rold Park 5'iANDAI2D CQNSTRUCTION SPECIFICATION D4CLiMENTS 102A64, 102465, 102463 Revised Nisrcfi 22, 2U�.1 O1 77 19 -2 CI,OSEOUT REQL]IR.�NiEI�T3 Page 2 oF 3 1 PART 3 - �XECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.� EXAMIIVATION [NOT USED] �F 3.3 PREPARATION [NOT USED] 5 3.4 CLO�EOUT PROCEDURE 6 A. Priar ta requesti�.g Final Inspection, submit: 7 l, Pr4ject Recn�d Documents in accordance w.ifla Section O1 78 39 8 2. Operation and Maintenance Data, ii required, in accordance with Section D1 78 23 9 10 11 12 13 14 IS 16 17 18 I9 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 3S 36 37 B. Prior to r�questing k'iz�.al Inspection, perform final cleaning in accordance with 5ection O 1 7� 23. C. FinalInspection 1. After final cleaning, provide notice to the City Praj ect Represeniative that the Work is coznpleted. a. The City will make an initial Final Inspection with the Contractnx present. b. Upon completian of this inspectian, ihe Cii:y will notify the ConYracior, in wriiing within 1 D business days, of azay par�ici,ilars in which thia inspection re�eals that the Warkis defective or incomplet.�. 2. LTpon receiving written notice from the City, immediately undertal�e the Worlc required to x�medy de�'iciencies and complete the Work ta ihe satisfactzon o� tlae City. 3. 'I'he Right-o� way shall be cleared of all consin�ction materials, barricades, az�d temporary signage. 4. Upon completion of Worl� associated wztla the items listed in the City's written natice, ii�Form the City that the requzred Wark has heen completed. Upon receipt o�' this no�.ce, the City, in the presence of khe Contractor, wi11 inalce a subsequez�t Final Znspection of the pxaject. 5. Provade ail speczal accessories required to place each itern of equipment in f�ll operatio�, Tlaese specialaccessory items include, but are no� limited to: a. Specified spare parts b. Adequate oil and grease as required for ihe first lubrication nf the equipment c. 7nitial fill up of all ch�mical tanks aud fuel ta�llefi d. Li.ght bulbs e. Fuses f. Vault lceys g. Handwheels h. Other expe�adabJ.e items as required for initial sta�rt-up and operatioil of a11 equipment 38 D. Notice o�Praject Completion 39 1. Qnce the City Project Representative �nds the Wark subsequent to Final I�spection 40 to be satisfactory, the City vvi11 issue a Notice of Proj ect Carnpletion (Gr�en Sheet). 41 E. Supporting Daclamentation CITY OF FDRT WORTH Piayground Re}�lace�nei�t at OakhiErst, Wordi Heigltts, rIanold Park STANDATtT]CON3TRUCTION51'ECT�ICATIOIVDOCi.JMEN'l'S Ip24G4,1024G5, Ia2463 Itevised Maich 22, 2ii21 O1 77 l9 -3 CLOSEOU'T Et�.QLTIREMENTS Page 3 of 3 l 2 3 �} 5 6 7 8 9 �a 11 J2 13 14 15 lb 17 x8 19 20 21 z�. 23 24 2S 1. Caordinate with f11e City Project Representative to complete tl�e following addi�ional fornns: a. Final Payment Request b. Staiemeaat of Co�tract Time c. Aifldavit of Payment and Release of Liens d. Consent of Surety tn Final Payment e. Pi�e Report {i.f required} f. Contractor's Eva�uation of City g. Ferformance Evaluation of Cat�tractor F'. Lei:ter of Final Acceptatace I. Upan review and acceptance af Notice of Proj ect Completion and Supporting Documentation, in accordance with G�neral Conditions, City will issue Letter of Final Acceptance and release the Final Paytnent Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.fi RE-INSTALLATION [NOT USED] 3.'� FIELD �ox] SITE QUAL�TY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT iISED] 3.9 ADJUSTING [NOT �C]SED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTTVITIES [NOT iT,�ED] 3.12 PR�TECTION [NOT USEI]] 3.13 MAINTENANCE [NOT USEDj 3.14 ATTACHII�ENT� [NOT USED] END �F SECTION Revisian Log DATE NAME SiJMMARY OF CIIANGE 3/22/2021 M Owen 3,4 C. Added language to clarify and ennphasize requirement ta "Clearing ROW ' 26 CTTY OF FORT WORTH Playground Replacement at Oakhurst, Wortl� HeigUts, Hanold Park STAAIDARD CONSTRUCTTON SPECIFICATION bOCLTMENTS ]024G4, 102465, 1Q2463 Revised Marcli 22, 2021 017823-1 OPERATTON AND MAIN'fEN�tiNCE DATA Faga l of 5 1 2 3 PART ]. - GENERAL 4 L1 STJMII�IARY 5 6 7 $ 9 10 11 12 13 1A IS 16 17 1.2 18 19 20 2I 1.3 SECTTQN 0178 23 OPERATIQN AND NIAIlVTENANCE DATA A. Sec�io�x Inchides: 1. Product ciata and related iaformation apprapriaie %r City's mainten�ce and operation o�products furn.isheaunder Contract 2. Such products may includ�, but are noi limited to: a. Traffic Controllers b. Irri.gation Controllers (to be operated by the City) c. Butl:erfly Valves B. Deviations fro� this Ci.ty of Fork Worth Standard Speeificatzon l. Naue. �. Related Speci�ication Sections include, but are not necessarily limit�d to: 1_ Di�ision �— Bidding Requirements, Co�tract �'orms and Condiii.ons �f the Contract 2. Division Z-- General Rec�uirernents PRYCE AND P�YM�NT PROCEDi1:R:ES A. Measurement and Payment 1. Warlc associated with this Item is conszdered subsidiary to the various Items bid. No separate paymenf wiIl be allowed for this Item. REFERENCES [N�T USEDj 22 1.� ADiVIINISTRATIVE REQUIREMI+JNTS 23 A. Schedule 24 1, Submi� manuals ii1 final forin to the City within 3D calendar days of product 2S shipment lo the project siie. 26 1.5 SUBMITTALS 27 A. Submitt�als sha11 be in accordance wil.h Section 0� 33 OQ. A11 submittais sha11 be 28 approved by the City prior ta delive�-q. 29 1.G INFORMATIONAL SUBMITTAL� 3a 31 32 33 34 35 36 A. Submittal Farm 1. Prepare data in form af an instructional manu.al for use by City personuel. 2. �orznat a. Size: S'/2 inches x 11 inches b. Paper I) 44 pound rninimum, white, t'or typed pages 2) Ho1es reinf�arced with plastic., c�oth or metal CTTY OF FORT WQRTH Playground Replacement at Oaklturst, Wottli Heights, H�reold Park STANDARI7 CONSTRUGTIOII SPECIFICATION DOCUII�NTS 1U24G4, 1U2455, 102463 Redtsed Decembe3• 2Q, 2p12 Dl 7823 -2 OP�RATION ANA M�.INTENANC� DATA Page2 of5 1 2 3 4 5 6 7 8 9 10 1i 12 13 14 15 lb c. Text: IVlanufacturer's printed data, or neatly typewritten d. Drawings 1} Pz�ovide reiufarced punched binder ta6, hind in vvith text 2) Reduce larger drawings and fold to size af text pages. e. PrQvide fly-leaf for eaeh separate product, or each piece of operating equipment. 1) Pravide typed description of produc�, and znajor component parts of equipment. 2) Pr�vide indexed tabs. £ Cover 1} �dentify each volume wif.h typed or printed title "OPERATIN' G AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title af Praject b} Identity of separate structure as app�cable c) Identiiy of general subj ect matter covered in the mar�ual 17 3. Binders 18 a. Comzzaercial quaiity 3-ring binders with durable and cleanable plastie co�ers 19 b. When. z�ultiple binders are used, correlate the data into related consisteni 20 graupings. 21 4. If available, provide an electronic fo�-�c►a of the O&M Manual. 22 23 24 25 as 27 28 29 3fl 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 45 46 47 �8 B. Manual Content 3 4 1. Neatly type�vzitten table of cantents for each voluzne, arranged in systematic arder a. Contractor, name of'responsible principal, addr�ss and telephone number b. A list af eaeh produet required to be included, indexed to conient o� t3�e �olume c. List, with each product: 1) The name, add�'ess at�d telephane number of the subcontractor or i�astalier 2) A list of each product required to be included, it�dexed ta cantent of the volurne 3) Identify area of responsibility of each 4) Local sauree ai supply for parts and replacement d. Identify each product by product name and ather identifying symbois as set for�.b in Contract Documents. 2. Product bata a. Include only thase sheets which ar� pertinent to the �pecific product. b. Annotate each sheet to: 1) C1�arly identify specific product or part installed 2) Clearly identify data applicable io insial lation 3) Delet� references to iz�applicahle information Drawings a. S�pplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control anc� flaw diagrams b. Coordinate drawings with information in Project Recard Docum.ents to assure correct illustra�ion of com�pleted installation. c. Do nat use Praject Record Drawings as maintena�nce drawings. Writien text, as required to supp�em�nt product data far the particufar installation: a. Organize in consistent for:nnat under separate headings for diiferent pxocedures. C1TY OP FORT WORTI� Playgraund Iteplaeeinent at Oa[cliurst,lVoiili Heights, Harrold Parfc STANDARA CONSTRi7CTIdN SPECIFICATION DQCUMENTS 102464, 1024G5, 102463 Revised Ileceniber 24, 2012 017823-3 OPER�LTTqN A?�ID MAINT�NANCE I3ATA Fa�e 3 of 5 1 2 3 � 5 G 7 8 9 la 11 12 13 14 15 16 17 ].8 19 20 2l 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 42 43 44 �l5 4b �l7 b. Provide logical sequ�nce of instructions of each procedure. 5. Copy af eaeh warranty, bnnd and service contract issued a. Pravide information sheet for City p�rsaivael giving: I) Proper procedur�s in event of failure 2) Instanees which might affeci validity of warranties or bonds C. Manual for Materials and Finisl�es 1. Sul�mi# 5 copies of caznplete manual in �al form, 2. Content, for architectural products, applied znaiexials and finishes: a. Ma�tu�'acturer's data, giving full infbrniation on products 1} Catalog number, size, composition 2) Col�r alid texture designations 3) Information required far reordering special manufactured products b. Instructians for care and maintenance 1) Manufacturer's recommendation far types of cleaning agents and methods 2) Cau�ions against cleaning agents and methods which are defriz�nen.f.al ta product 3) Recommended schedule for cleatiing and maintenaz�ce 3. Content, for moisture protection and weather expnsure products: a. Manufacturer's data, giving full informati�n on products �) Applicable sta.r�dards �.) Cbeznical composition 3) Details of installation b. Iustructions for inspectio�, :t�ai�ltenance atid repair D. Man.ual for Equipment and Sysiems 1. Submii 5 copies o1" complete ma.nual in final form, 2. Car�tenf, for each u�it of equip�nent a.nd system, as apprapriate: a. Description of unit and campane�t parts I} Function, normal operakzng characieristics and limiting canditions 2) Performance curv�s, engineering data and tests 3) Complete namenclature and commercia� number of replaceable parts b. Operating procedures 1) Start-up, brea�-in, routine and normal opera�ing instructions 2) Regulatian, control, stopping, shut-down aud emergency iz�.structians 3) Summer and winter operaliwg instructians 4} Special operai�ag instruc�ions c. Maintenance pracedures 1) Rautine operatioiis 2) Guide to "trouble shooting" 3) Disassenably, repair and reassembly 4) AligT1i11ent, adjusting and checking d. Sez-vicing and Iubrication schedule 1) List of lubricant� required e. Manut'acturer's printed operating and maintena�ce insfructions f. Description of sequence af operation by cont�ol zn.an.ufacturer �) Predicted li�Fe of parts subject to wear 2) Items recommended to be stociced as spare parts g. As instaIled cox�trol diagrarris by controls manufaciurer CiTY OF I'oRT WQRTH Playground Replacecnent at pakUwst, Wortli Heights, Haero[d Park S"IAI�IbAR.bCQi+f3TRUCTIONSPECIk'ICAT[ONDOCUMEIVT3 l02464, ]02465, 1024G3 Revised December 20, 2012 D! 78 23 - 4 OPERATI03+I AI�iD MAII�TENANCE DATA Page 4 pf 5 1 2 3 4 5 b 7 8 9 l0 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 3a 31 3 4. h. i. J• k. Content, for �ach electric and electranic system, as appropriate; a. Descripfiion of system and carxzponent parts 1) Functian, normal operating characi;eristics, and limiting conditinns 2) Perforn�asiee curves, engineering data and tests 3) Cozn:p7ete nomenclature and commercial uumber of replaceable parts b. Carcuit directories of panelbaards 1) Electrical service 2} Controls 3) Co�nunications c. �s iiastalled color coded vcriring diagrams d, Operating procedures 1) Routine and normal operating instructions 2) Sequenees xequired ' 3) Special operating instructior�� e. Maintenance proceduxes 1) Routin� aperations 2) Guide to "trouble shaoting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f, Manuiacturex's pxinted operating and maintenance instructio�s g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quan�ities ta be maintained in storage h. Other data as xequired undeY perki�ent Sections of Specifications �zepare and include additional data when YJ�.e need £or such data becomes apparent during instruction of City's personnel. Ea�h contractor's coordination drawu�gs 1) As installed color coded piping diagrams Charts of valve tag ilumbers, vvitJs location and fUnction of each valve List of original manufaeturer's spare parts, ma�ufaeturer's curr�nt prices, and recammended quantities to be mainta.ined in storage Other daia as required under perti�aent Sections of Specifications 32 �.�' CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT IISED� 34 1.9 QiJALITY AS�Y712ANCE 35 A. Provide operatian and maintenance data by personnel with the following criteria: 3� 1, Trained and experienced in maintenance and operation of described products 37 2. Sl�lled as technieal writer to fhe extent requi�ed to communicate essential data 38 3. Skilled as draf�szna.n competent to prepar� required drawings CITY �P FORT WORTH Plt�yground Replacement at C)aklturst, Worth Heights, Harro[d Park STANDARD CONSTRUCTTON SFECI['ICATION POCi1MENT5 102464, 102465, 1U2�463 Revised December 20, 2412 0J7823-5 OP�.k�t1TI(3N AND MAINT�NANCE DA.TA Pa�e 5 of 5 1 X.1Q DELIVERY, STORAGE, AND HANDLTNG [NOT iTSED] 2 111 FIELD [S�'I'E] CONDTTIONS [N�T US�D] 3 1.12 WARR.ANTY [NOT USED] 4 PART � - PRODUCTS [NOT USED] 5 PART 3- EXECUTT4N [NOT iTSED] 6 7 END OF SECT�ON Revision Log DATE NANIE SjJ1VITvIARY QF CHANGE 8/3112q l2 D. 7o.hnson ].5.1�. I— title of sectian removed 8 CTPY OF FORT WORTH Playground Replacement at Oakhurst, Wath He'rghCs, Harrold Park S�'ANDARD CON3TRUC:TTON SPECiFICATION DOCiTMENTS 1Q2464, ]02�465, 102463 Revised Decesnher 20, 2012 01 78 39 - 1 PROd�CT REC4RD DOCUMENTS Page l of 5 1 2 3 4 5 6 7 S 9 10 11 12 13 I4 15 16 17 SECTION OZ i$ 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAi, ] 1 SUMMARY A. Sec�on Includes: 1. Work associated vvith the documenting the project an�l recording chan.ges to pro3ect documents, including: a. Record Drawings b. Water Meter Servic� Repo:rts c. Sani�ary Sewer Seroice Reparts d. Large VVater Metex Reports B. Deviations frflm this Czty af Fort Wort1� Standard Specificatian 1. None. C. Related Speci�icati�n Sections include, but are not necessarily limited to: 1. Division 0— B.idding Requirements, Contxact �arms and Conditions of the Contract 2, Division 1— General Requirements � ,2 PRICE AND PAYlVIENT PROCEDU.itES I 8 A. Measurem�nt an.d Payment 19 1. Worlc associated with this Ii.em is co�nsidered subszdiary to fhe various Ite�ns bid. 20 Na separate paymcnt will be allowed for tkais Item. 21 1.3 REFERENCES [NOT USED] 'r.�a 23 1.4 ADNIINISTRATNE REQUIItEMENTS [NOT USED] 1.� SUBMITTALS 24 A. Prior to subrnitting a request for Final Inspection, deliver Proj ect Recaxd Docl:unents to 25 Ci�r's Project Representative. 26 1.6 ACTION SUBMiTTALSIrNFORMATIONAL SURM�TTALS [NOT USED] 27 28 29 30 31 32 33 1.'� CLOSEOCIT SUBNIITTALS [NOT iTSED] 1.8 MA.INTENANCE MATERIAL SUBM�TTALS [NOT USEDj 1.9 QUALITY ASSUI2ANCE A. Accuracy of Recards 1. Tharoughly coordinate c%anges witivn the Record Documeuts, mak�.ng adequate aild proper entries on each pa�e af Specifications and each sheet af Drawings and other pocuments where such entry is raquired to sho�v th� change properly. CITY OF FORT WQRTEI Pl�yground Repla�emant at Oakliucst, Worth Heights, Harrold Yu•k ST'r1NDARD EOAI5TItUCTION SP�CTF'ICA'I`iON DOCi]1VZ�IVTS 102464, 1D2465, 102463 Revised 7uly 1, 201 l 017839-2 PAOJECT �2BCORD DOCTJIvIENTS Page 2 of 5 1 Z. 2 3 4 3. S b 4. 7 8 7 10 11 12 13 1 �f- IS 16 17 I8 � Accuxacy of recQrds shall be such that future search fox items shown in th� Contract Docuuients may rely reas��ably on information obtaizxed fi�om the approved �roject Record Docwne:nts. Ta faci.litate accuracy of records, make entries within 24 l�ours after reeeipt nf informatio� tha� the change }�as occurred. Pravide factual information regarding all aspects of the Warlc, both eoncealed and viszble, to ez�ahle future modiiicatio�z of ihe Warls to proceed without Ieng�hy and expEnsive site measurenaent, investigation and exazninatioii. I10 STORAGE AND IiANDLING A. Sto�•age and Handling Requirements 1. Maintain the job set of Aecord Docume�ts cotnp�etely protected from deterioration and �rom loss and dainage until complEtion of the Work and tiransfer af all recordad data ta the final Pxoject Record Docurn�nts. 2. T� the event of lo.ss of recorded data, use means necessary to again secure the data to the CitSr's approval. a. In such case, provide replacements fo the standards originally required by the Cantract Documents. 1..11 F�ELD �SITE] CQNDITIONS jNOT U�ED] 11� WARRANTY [N4T USED] 20 PART 2 � PRODUCTS 21 22 2.1 OWIVER-FURNTSHED [oRj OWNER=SUPPLIED PRODUCTS [NOT USED] �.2 RECORD DOCUMENTS 23 A. 7ob set 24 1.. PrampCly following receipt c�f t.�e Notice to Prpceed, secure from the Cify, at no 2S charge to tl�e Gontractar, I complete set of all Documents co��pxising the Contract, 26 B. Final Record Docutx�.ents 27 l. At a time nearing the compl�tion of the Worlc and prior �o Final Inspection, provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY QF FO1ZT WORTH Playground Replacement at Oaklruist, Woith Heights, Harrotd Park STAI+IDARD CONSTRUCTLOIri SFECI�TCATI�N DOCUIutENTS 102464, L02465, 1024G3 Ttevised .Tuly l, 2011 01 78 39 -3 PRbTLC1' C2ECORD I}�CUM�IVTS Page 3 nf 5 1 2 Z.3 ACCESSORIE,� [NOT USED] 2.4 SOiIRCE QUALITY CONTROL [NOT IISED] 3 PART 3 - EXECUT�ON 4 3.�. INSTALLER� [NOT USED] 5 6 7 8 9 10 11 12 I3 I4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 3.2 EX.AIVIINATTON [NOT USED] 3.3 PREPARATI:ON [NOT USED] 3.4 MAINTENANCE DOCUMENT,S A. Maintenance of Jah Set 4 5. l. Imtnediately upon rreceipt of thelob set, identify each of t�e Documents with t�e ���le, ��RECORD DOCtJNLENTS - J�B SET��. 2, Preservatian a. Considering the Contraci completion tim�, the probable numbex of occasions upan which th� job set nnust he ta,ken out for new enk�ies and for examivation, and t�e co�ditions under which these activikies will 6e performed, devise a suitable method for protecting the j ol� set. b. Do not use the job set for any purpose except entry of �ew data and for r�view by tl�e CiYy, untal starE of transfer of data to final Project Recard Docuzr�ents. c. Maintain ib.e job set at the site of work. 3. Coordination wifh Canstruction Survey a. At a minimum, in accordan.ce with the intervals s�t forth in. Section �1 71 23, clearly mark any de�viatians from Contract Docunaents associated with installa�.an of the infrastructure. Making en�ries on Drawings a. Record any deviations from Contract Documen�s. b. Use an erasable calored pencil (not ink or indelible pencil), clearly describe the change hy graphic line and nate as req�ired. a Date aIl entries. d. Call attention to the entry by a"cloud° drawn around the area or areas affected. e. I� the e�ent af overlapping changes, use diff�rent colors for tk�e averlapping changes. Conversion of schenaatic layouts a. I� sazx�.e cases on the Drawings, arrangenlents of conduits, circuits, piping, ducts, and similar items, a.re shown schematically and az�e not intenc�ed to portray precise phy�ical layout. 1) �'inal physical arrangement is detel7n.it�ed by the Can#�'actor, subject ta the City's approval. 2) However, design of fui.ure modifications of the facilzty may require accurate information as ta ihe final physical layout of items whic}i are show� only scbematicallp ois the Drawings. h. Shaw on tlie job se� oiRecordDrawings, by dimension accuz�ate ta withiri 1 inch, the centerline of each run of items. CITY OF FORT WORTT� Playgraund Rep�aceincnt at Oakhwst, Wartl� Heiglats, Harrold Park S'I'ANT3ARD COAISTRUCTION SPECIFICATION DOCUM�IVTS 102464, 1D24G5, 102463 Revised July 1, 2Q I 1 01 78 34 - 4 PRO]�CT RECORD DOCLTMEI+I7'S Page 4 of 5 1 2 3 4 5 6 7 8 9 IO 11 12 13 14 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 3S 36 37 38 39 1) Fina1 p�ysi.cal arrangement is determined by tkze Contractor, subject to the Gity's approval. 2j 5how, by symbal or note, the vertical location of the Ttem ("urader slab", "i�a ceiling plenum", "exposed", and khe lilce). 3) Make alI identi�ication sufficienLly descriptive that it may be related reliably to the Speci�icatao:�s. c. The City may waive the requirements for convarsion of schematic layouts where, in the City's ludgmeilt, conversion serves no useful purpose. However, da not rely upon wa�ivers being issued except as specifically issued zn. wrzting by the Ciry. B. �'i�al Prnject Record Documents 1 � Transfer of data to Drawings a. Carefully transfer change data shown on tl7e job set of Reco��d Drawings ta the corresponding final documents, coordin.ating th� changes as required. b. C1�arly indicate at each affected detail and other Drawzng a full description of changes made during con�truetion, and the actual location of items, c. Call attention to each entry by drat�ving a"cloud" arnund �e area ar areas affected. d. Make chan.ges �eatip, consistently and with the proper medza to assure longevii;y and clear reproductian. Tra�.sfer of data to other pocuments a. If the Documents, othe:r than Drawings, have been lcept clean during progress of the Wark, a.�d if entries therean hav� been orderly to th� approval of the City, the job set of t�ose Documents, ather than Drav�rings, will b� accepted as final Reeard Documents. b. If any sucn Document is not so appro�ed by the City, secure a new copy of that Dac�nent from the City at the City's usual charge for repxoduction and handling, and carefiilly txansfer tl�e cl�ange data to the new copy to the appz'oval of the City. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.G RE-TNSTALLATION [NOT USED] 3.'� FIELD [aR] SITE QUAL�TY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANYNG �1VOT USED] 3.11 CL4SE�UT ACTIVIT�ES [NOT USED] 3.12 PROTECT�ON [NOT U�ED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CITY OF FORT WO2TH 1'layground R�placement at Oakl7uist, Wartii Heighes, Hareold Park STAND.�Rf7 CONSTRUCTION 3P�CIFICATIQN DOCUMENTS 102464, 1024G5, 10�463 Revised7nly 1,2D1! 017839-5 PROS�CT' 1�ECORD DOCLTMENTS Pa$e 5 of 5 Revision I�og DATE I NAME CITY pN �'ORT WOIZTH STA�lDARD COIVSTRUCTION SPEC¢[CAT[ON BOCIJNiENTS Revised 7uly 1, 201 � SUMMARY OF CHANGE Playground Replacament at Oafc�m�si, Wortli Heights, Ha��•old Park ] 02464, ] 02465, 102�}63 02 4l 13 -1 SEL�CTNE SITE D�MOLITIO]*1 Paga 1 of 5 1 2 3 PART 1 - GENERAI. 4 1.1 SiTNIl1�IARY 5 6 7 8 9 10 11 12 13 I4 IS 16 17 IS I9 20 21 22 SECTION U2 4x 13 SELECTIVE SITE DEMOLITION A. SectionTn�Iudes: 1. Removing sidewallcs at�d steps 2. Remaving ADA ramps,laa�din�gs, and detectable wa.rnir�g sut•faces 3. Removi�g dxiveways 4. Removing fences 5. Removing guardrail 6. Remaving retazning walls (less than 4 feet ta�) 7. Re�noving mailboxes 8. Removi�g rip �ap 9. Rema�ri�ag miscella�eous concrete structures incIuding pnrches and foundatians 10. Disposal oi removed materials B. Deviatxons this fro�n City of �ort Worth Standard Specificatian 1. Nane, C, Related Speci�catio.� Seciia�s include, but are not necessaz�ily linlited to: 1, Division 0— Bidding Requirements, Cantraet �orms, and C�nditions of the Contract 2, Divisio��. 1— General R�quirements 3. Sectinn 3123 23 — Barrow 23 1.2 PRiCE :AND PAYMENT PROCEDiIR�S 24 25 26 27 2.8 29 3D 31 32 33 34 35 3b 37 38 39 40 A. Measurement aud Paymeaat 1. Measurernent a. Remo�e Sidewalk: Measure by square foot. b. Re�move Steps: measure by the square foot as seen in the plan view only. c. Remove ADA Ramp: measure by each. d. Remave Detcetable Warning Surface: measure by each �. Rez�aove Driveway: measure by the square foat by type. #: Renao�e �'ence: m�asure by �:he linear foot. g. Remove Guardrail: measure 1�y tM e li�ear foot along the face of the rail in plac� includin.g nnetal beam guard fence transitians and singie �u�rd rail terminal sectians frozaa the center of end posts. h. Remove Re�aining Wall (less t�an4 feet tall): zn.eas��re by the linear £oot i. �emovc Mailbax, Remove and Repiace Mailbo�, and Rela�ate Mailbox: zx�easure by each. j. Remove Rip Ra�: measure by the square font. k. Renno�e Miscellaneous Concrete Structure: measure by the lump surn. 2. Payment CITY qT FQRT WORTH Playgeound Replacetnent ai Oakkturst, Wortli Heights, Hatrold Park S'i'ANDARD CbNSTRUCTION SPECTk'ICATIUN 11UCUMENTS 102464, 102465, 102q63 Revised Marcl� 11, 2022 az ai i3 -z S�LEC�'IVE SITE DEMOLTPION Paga2ofS 4 8 9 10 11 12 13 14 15 16 17 J8 19 20 21 22 23 24 25 26 27 28 29 30 31 3z 33 3�4 35 36 37 38 39 40 41 �2 43 44 45 46 47 48 �}9 50 a. � ,� e. f. �• h. 1C. Remove 5idewallc: fiill cor.npensation for saw cutting, removal, �auling, disposal, tools, equipment, labor a�d incidentals needed to execute worlc. Sidewalk ad�acent to or attached td retauung wall (iricluding sidewallc that acts as a wall footing) shall be paid as sidewalltremoval. For utility prajects, t11is Item sha11 be considered subsidiary to the trencli and no other campensation will b� allowed. Rezno�e Steps: full cotx�pensation for saw cutCing, rezzlaval, hauling, disposal, tools, equipment, labor and incidentals needed to execute worlc. F'or utility projects, this Item shall be considered subsidiary ta tb.e t�ench and no other coznpensation will be allowed. Remove ADA Ramp and landing: £uil campensation for saw cuttang, removal, hauling, dispasal, tools, ec�uipment, Iahor and incideutals needed to execute warl� Work includes ramp landing r�moval. For utility proj ects, this Itern shall be considered subsidiary ta the trench a.nd na other compensation will be allowed. Remove Detectable Warning Surface: fiill co�npensatian for removal, hauling, disposal, tools, equzpzment, labar and incidentals needed to execute worl�. W�rk includes detectable warning surface removal from raaxzp. Remave Driveway: full campe�sation for saw cutting, removal, �aauling, disposal, tools, equipment, labor andincidex�tals needed to remove improved drzveway by type. Far ut�lily pxojects, this Item shalI be cansidered subsidiary io the trench and no other comper�safzon will he allowed. Remove Fence; full compensation for removal, hauling, dispasal, taoLs, eqtupmeilt, labQr and zncidentals needed to remove fence. For utility projects, this Item shall be considered subsidiary to t,l�.e krench and na other carnpensation will be allowed. Remave Guardrail: full coxnpensation for removing tnaterials, loading, haulii�g, unloading, and storin� or disposal; furriishing backfill m.aterial; bacl�f'illing Yhe postholes; and equipinent, labor, tools, and incidentals. Far utility proj�cts, �is Iiem shall be considered subsidiary to the trench and no otllex compensation �rill be allowe�d. Remove Retaining Wall {Iess than4 feet tall): full campensation for saw cutting, rermaval, hauling, disposal, taals, equipment, labor a�ad incidentals needed to axecute work. Sidewallc adjacent to or attached to retai.ning wall (zncluding sidewalk that acts as a wall footing) shalI be paid as sidewalk xemoval. For ui�lity parojects, this Item shall be canszdered subsidiary ta the trencn and no other compensatian willbe allowed Reznove Mailbox: full campensation for reffio�ai,. ha�ling, disposal, tools, equipznent, labor and incidentals z�.eeded to execute work. Far ufiility projects, this Item shall be considered subsidiary to the treneh and no other compensation will he allowed. Remove and Replace Mailbox and Relocate Mailbax: full compensation for removal, haulin.g, dispasal or relocation, and installation or constnzctzon of replacement, tools, equipment, labor and incidenkals needed io execute worl� for different types: tradit�anal pipe and mailbox or brick mailbox, at equal or better conditinn an completian Remove Rip Rap: full compensation for sa�v cutting, removal, hauling, disposal, taols, equipment, labor and incidentals needed to execute vvork. Far utility praj ects, this �tem shall be co�sidered subsidiary to the trench and no other campensationwillbe allawed, C1TY OF FQRT WO1tTH Playground ReplacemenE at Oakhuist, VJotYSz Heights, Hat�•old Park STANI]ARbCONSTRUCTIOi�lSPECIFICATIONDOCUMENTS 102464, iQ24G5, 1Q2463 Revised Mai�ch 11, 2022 02 41 13 -3 SELECTIVE S1TE I3�MOLLTION Page 3 oF5 1 2 3 4 l. Remove Miscellaneous Cnncrete �tructure: fu�l compensatian fo,r saw cut�ing, removal, hauling, dispnsal, tools, equipzx�eni, labar and incidentals needed ta execut� woxJ.c. For utility proj ects, t]�is Item shaIl be coffsidered subsidiary to the trench and no ot�aer compensation will be allowed. S 1.3 REFERENCES 6 A. Definitions 7 1. Improved Driveway: Driveway cnzastructed of concrete, asphalt pa�ing or bricl� unit S pavers. 9 1.4 ADA'IINISTRATIVE REQiTIREMENTS [NOT USED] 10 1.5 SUBNIITTAL,S [NOT USED] I 1 I.6 ACTION SUB117YTTALS/INF0�2M�TIONAL SUENIITTALS [NOT USED] 12 1.7 CLO�EOUT SUBNIITTALS [NOTIISED] 13 1.8 MAll�TTENANCE MATERTAI_, SUBMITTALS [NOT IISEI�] 14 1.9 QUAL�TY ASSiI�tANCE [NOT USED] 15 110 DELIVERY, STORAGE, AND HANDLING [NOT LTSED] I6 1.11 FTELD [�ITE] CONDITIONS [NOT USED] 17 1.1� WARRANTY [NOT USED] 18 PART 2 � PRODUCTS I9 2.] QWNER-FCJ�tNISHED PRODIICTS [NO'I' USED] 20 2.2 MATERi�I.S 21 A. Fill Materi.aI: �ee Section 3123 23. 22 2.3 ACCESSORTES [NOT USED] 23 2.4 SOiTRCE QUALITY CONTIt�L [NOT USED] 2� PART 3 - EXECUTION 25 3.1 INSTALLERS [NOT USED] 2� 3.2 EXAMINATION [NOT USED] 27 3.3 PR�PA1�iATYON [NOT USED] 28 3.Q REMOVAL 29 A. Remove Sidewalk 30 1, Re:tx�.ove sidewallc to nearest existing dz.�mmy, expansinn or construction joint, 31 2. Sa�vcut when removing to nearest joint is n�t practical. See 3.4.K. 32 B. Remov� �teps 33 1. Remove step to nearest e�sfiatag du:mmy, expansion or conshuct�on joiilt. 34 2. Saweuk when removing to nearest joini is not practical. See �.4.K. 35 C. Remove ADA Ramp CI`f'Y OF E'ORT �NORTH Playground Replacement at Oakiwrst, BJorth Heights,l-Iat7rold Pa��l� STANDARD COIVSTRUCTIbN SPECIFICA7'ION []OCLJMCNTS 1D24b4, 1024C5, 102�}G3 Revised Ma�•ch l I, 2022 02 41 13 -4 SELECTNE SITE➢�MOLITION Page 4 of 5 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 I9 Za 21 z2 23 24 25 26 27 2$ 29 30 31 32 1. �awcu� existz�g curb and guiter and pavernent prior t� wheel chair ramp removal, See 3.4.I�. 2. Remove razaap to nearest e�sting durntny, expansion or construction joint on existing sidewalk. D. Remove Deiectable Warning Surface 1. Remove old detectable warning suriace from ramp,. inclnding eit1ier pav�rs or prefabricated panels 2. Clean any glue or residue from tihe surface E. Rernove Driveway 1. Sawcut existing drive, curb and gutter and pavernent prior to drive remo�al. See 3.4.K. 2. Remove driv� to nearest existi�g dumrny, expansion or cnnstruction jaint. 3. Sat�cut when removing to nearest joint is not practical. See 3.4.K. �4. Remove adjacent sidewalk to nearest existing dumm�y, expansion or construction joint an e�siing sidewall� �'. Remove Fence 1. Remove aIl fence campnnents above and below ground and backfill with accaptable fill material. 2. Use caution in remavin� and �alvaging fence materials. 3. Salvaged materials may be �sed ta recanstruct fence as approved by Cily ar as shown an Drawings. 4. �ontractor rasponsible for l�eeping animals (Iivestock, pets, etc,) wit.�in tbe fenced areas durix�g consiruction aperation and while r�moving fences. G. Remove Guaz�drazl 1. Rezx�.ove rail elemenis in ariginaI lengths. 2. Remove fittings from the posts and the metal rail and then pulI the posts. 3, Da not mar or damage salvageable rnaterials durixtg reznoval. 4. Completely remove pasts and any concrete surrounding the pasts. 5. Furnish l�ack�ll material and bacl�tll the hole with material equa! in compasitian and density to the surrounding soil unless otherwise clirected. 6. Cut off or bend dawn eyebolts anchored to the dead ma� to an elevation at least 1- foot belflw the nevv subgrade elevation and leave in place along with the dead man. 33 H. IZemove Retaianing Wall (less than 4 feet taU} 34 1. Remove avall io nearest existing joint. 35 2, Sawcut wh�n removing t� nearest joint is notpractical. 5ee 3.4.K. 3b 3. Remaval includes all components of the retaining wall including footings. 37 4. Sidewallc adjacent to or a�tached t.a retaining wall: See 3.4.A 38 I. Reinove MaiIbox 39 1. Salvage existing materials for reuse. Mailbox materials may need ta be used for 40 reconstructian. �41 J. Remove Rip Rap CITY O�' F'OR7' WORTH Play�round Replacement at Oakhurst, Woith Heiglits, Harrold Park STA?�iDARD CONST�tUCTION SPECI�ICATION DOCUMENTS 102464, 1U2465, 102463 Revised Marci� 11, 2fl22 a2 4� i� -s SELECTIVE SITfcDEMOLITION Page 5 of 5 1 2 3 � 5 6 7 S 9 lfl l. l 12 13 14 15 1b 17 IS 19 2n 2i 22 23 24 25 26 27 : I. Remove xip rap to nearest existing dummy, e�paaasinn or constructioii joint. 2. Savc�cut when removing to neaxest j oint is not practical. �ce 3.4.Z�.. K. Remove Miscellaneflus Concrete 5tructure 1. Remove portioiis of miscellaneous con.crete structures including fouadatians and slabs tk�at do not interfere wit� proposed construction Co 2 feet below the finished ground line. 2. Cut reinforcement close to the portion of the coiicrete ta remain in place. 3. Break or perforate tbe bottom oi structures to re�nain ta prevezxt the entrapment of water. L. Saweut 1. Savvin� Equipment a. Power-driven b. Manufactured for the purpose of sawing pavemenl: c. In good operati�g condition d. Shail not spall or fracture the pavement ta the reznoval arEa 2, Savc�cut perpendicular to the surface completely through exist�i�g pavement. , 3.� REPAIR [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 SITE QiTALITY CONTROL [NOT IISED] 3.8 SYSTEM STARTUP �1VOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT IISED] 3.12 PROTECT�ON [1r10T USED] 3.].3 MAINTENANCE [NOT USED� 3,1�4 A�T'ACIIIV�NTS [NOT USED] END OI' S�CTION Revisian I,ag DATE NAM� STIIVIMA.RYOF CHANGE 1 212412 0 1 2 D. JoEmsdn 1,2,A,2. Modified Payment - Itemswill be subsidiaiy to trencii on utilityprojects 3/ l L/2Q22 M Owen/S Hohbs `�dded measurement and payment for Remove and RePlace Ma'tlbox and Relocate Mailbox and Remo�e I]etectablc Warning 5Yu•face � CI I'Y OF' �'ORT WORTH Playground Repl�ceinent at Oakhuist, Wortl� I�eiglats, Hacrold Fark STANDAR]] CONSTRUCT[ON SPECIFICATION 17OCUMCNTS 1024b4, l424b5, 1624G3 RevisecE Marcl� I l, 2D22 02 4l 15 - l PAVINCy REMOVA,G Fage 1 af 6 1 2 3 PART1- GENERAL 4 1.1 �UMMARY 5 6 7 8 9 l0 J1 12 13 14 15 16 I7 SECTXON 02 41 15 PAVING REMOVAL A. Section Includes: 1. Removing concrete paving, asphalt paving and brick paving 2. Removing conc:rete curb and gutter 3, Rexnoving concre�e valley gutter �4. Milling roadway paving 5. Yulverizatian of e�sting paVement 6. Disposal of rez�aoved materials B. De�iations from this Ciry of Fort Worth Standard Specificatio�a 1, Nc�ne, C, Related Specifica�ion Sections include, but are nat necessarily limited to: 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division i- General Requirements 3. �ectio� 32 11 33 - C�ment Treated Base Courses 18 1.� PRICE AND PAYIVIENT PROCEDURES 19 20 21 22 23 24 25 2b �.7 28 29 �a 31 32 33 34 35 3b 37 38 39 A-0 41 A. Measurement and Payment 1. MeasuremeMt a. Raaix�ave Concrete Paving: measuz�e by tlae sq�are yard from back,to-back of curbs. b. Remove Asphalt Pavin�: measure by the square yard between k.�e lips of gutters. c. Remove Brick Faving: m�asure by the square yard. d. Rernove Concrete Curb az�d Gutter: measure by th� linear foot. e. Remave Co.nerete VaIley Gutter: measure by the square yard f. Wedge Milling: measure by the square yard for varying thickness. g. Surface MiJ.ling: measure by the square yard for varying thickness. h. Butt Milling: measured by the linear foot. i. Pavernent Pulverization: measure by the square yard. j. Remove Speed Cushioi�: measuxe by each. 2, Payment a. Rem.ave eancrete Pa�ing: full compensation far saw cutting, removal, hauling, disposal, iools, equipment, labor and incidentals needed to execute worl�. For utiliry projects, this It�m shall be cansidered snbsidiary to the trench and no other compensation will be allowed. b. Re�nove Asphalt Paving: full compensation for saw cutting, re�aval, hauling, disposal, tools, equi:pinent, labor and incide�atals needed io execute work. For utiliiy projects, tnis Item shall be considered sul�sidiary to the txench and na nthe:r eampensation wi11 be allowed. CITT' QF FORT WpRTH Playground Replacement at Oakhurst, WortU HeigBts, Harrold Park STANDARD CONSTRLTCTION SPECIF[CATION DOCUMENTS 102464, 102465, 102463 Revised February 2, 2016 02 41 15 - 2 PAVING REMOVA[. Page 2 oF 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 rs lb 17 1$ 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 c. Remove Brick Pavi�g: full co:�xzpensation %r saw cutting, removal, salvagin.g, cleaning, hauling, dispasal, tools, equipm�nt,labar and incidentals ne�ded ta execute work. For utility proj ects, this Tfiem shall be considered stitbsidiary to the trench and na other compensation will be allowed, d. Remov� Concrete Curb and Gukter: full cozx�.pel�sation for saw cutting, rexnoval, hauling, disposal, tools, equipment, Iabor a�d incidentals needed tn execute work. For utility projects, this Ifem shall be considered subsidiary to the lrenck� and no other compensation will be aJ.lnwed. e. Retnove Concrete VaIley Gutter: full campe�.satian fax saw cutting, removal, hauling, disposal, toals, equipment, la�or and incideritals needed to execute work. f. Wedge Milling: £uIl cozxipensation for all milling, hauling milled rz�aterial to salvage stockpile ox dispasal, tools,labor, ec�uipment a�d incidentals necessary io execute the worlc, g. Surfaee Milling: full compensat.ion for all milling, hauling �illed �aterial to salvage stockpile ar disposal, tools, labor, equiprnent and incidentals necessary fo execute Che warlc. h. B.utt Milling: fi�ll compensation for all milling, hauling milled znaterial to salvage stockpile or disposal, tools,labflr, equipment aud incidentals necessary to execute the wor�C. i. Pave:nn.ent Pul�erization: iull compen�ation for all Iabor, ta�.atexial, equipment, tools and incidentals necessary to pulverize, remove and store the pulverized material., undercut t.he base, mixing, compac�ion, haul off, sweep, and dispose of the undercut material. j. Remo�e speed cushzan: fi�ll compensatinn for removal, hauling, disposal, tools, eq��pinent, labor, and incidenfials needed to execute tha wark. �or �tility pxojects, this Itern shaIl be c�nsiderec� sul�sidiary to the trencla and �o oiher compensation will be allowed. k. No paymetat £or saw catting of paveinent or curbs and gutters vvill be made under this sectzorz. Include cost of such worZc in unit prices for itez�ns Iisted in bid form requiring saw cuttulg. l. Na payznent will be made for worlc outside maximum payz�nent limits indicated oii plans, or for paveznents or structures removed for CONTRACTOR's converlience. 35 1.3 REFEIiENCES 3b A. ASTM Lnternational (A�TN�: 37 a. D698, Siandard 'I'est Methods for Laboratory Coxn.pacfion Characteristics af 38 �oil Using Standard E�'aart (12 400 f�-lbf/ft3 (600 kN-m/m3)} 39 1.�4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMiTTALS [NOT USEDj �41 1:6 ACTION SUBMTTTALS/INFORMATTONAL SUBMITTALS [NOT USED] �+2 L'� CLOSEOiJT SURMITTALS [N�T USED] 43 T.S MAINTENANCE MATERiAL SUBIVITTTALS [NOT USED] 44 I.g QLTALITY ASSURALVCE [NDT USED] 45 110 DEL�VERY, STORAGE, AND HANDLING [NOT USED] CI'I'Y OF FORT WORTH Playground Replaeement at (7akl�wst, Wortli Heigllts, Hai�bld Pas-k S'FANDARD C0�15T'RUCTIpN SPECIFICATION I�OCUMENTS 10296�}, 102455, 102463 Revised February 2, 20l t 02 41 15 - 3 PAVI3VG RENSOVt1L Page 3 of 6 1 2 1.11 FIELD CO�D�TIONS [NOT USED] 1.I2 WAR.RANTY [NOT USED] 3 PAR.T 2 - PRODUCTS 4 2.1 OWNER-FT]1ZNISHED PRODUCTS [NOT USED] 5 2.2 EQUiPMENT [NOT CISEII] 6 2.3 ACCE55URIES [NOT USED] 7 2A SOTIRCE QUALITY CONTROL �NOT USED] � 8 PART 3 - EX�:CUTION 9 3.1 10 3.2 1] 3.3 12 13 14 is 3.a 16 17 18 19 Za 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 EXAMINATION [NOT USED] IlVSTALLERS �NOT iTSED] PREP.ARATION A. Ge�eral: 1. Maxk paving removal limits far City approval prior to beg�nning remaval. 2, Identify known utili�ies below grade - Stake and flag locations. PAVEMENT REMOVAL A. General. 1. Exercise caution to minimize damage to underground utiliiies. 2. Mini�nize arnount of earth remo�ued. 3. Remove paving to neatly sawed joints. 4. Use care to prevent fracturing adjac.ent, existi�.g pavement. : � Sawing 1. Sawing Equipment. a. Power-driven. b. Manufactured for the purpose af sawax�g pavement. c. In good aperating candition. d. ShaIl nat spall or fracture the pavement strra.cture adjacent to the removal area. 2, Sawcut perpendicular to the surface to full pavement depi�a, para11e1 and perpe�dicular to e�.sting�oint. 3, Sawcut paralleJ to the original sawcut in square or rectangular fashion. 4. �f a sawcut falls withir� S feet af au en existing du�aanay joint, cansiruction joint, saw joint, cold�oint, expansion joint, edge af paving or gut�er lip, remov� paving to that joint, edge or iip. 5. If a pav�ment edge of a cut is damaged subsequenk to saw cutting, saw to a new, neat, straight line for i1�e purpase a�removin.g the damaged area. Remaue Concrete Paving and Conczete Valley Gutter 1, Sawcut: See 3.4.B, 2. Remove concrete ta the nearest expansian joint ar vertical saw cut. CITY OF FORT WORTH Playground R�pla�ement at Oakl�w•st, Wos•th Heighks, Ha?•rold Parfc STANI3ARD CONSTRUCTION SPECIFICA.T[ON DQCi1MENT5 1Q2464, 1424(5, 1424b3 Revised Feb�uary 2, 2Q16 0241 IS-4 PAVING REMOVAL Page 4 oF 6 1 2 3 4 S 6 7 8 9 10 11 12 13 14 1S 16 17 18 I9 20 2I 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 D. Remave Concrete Curb and Gutter 1. Sawcut; See 3.4.B. 2. Miivmuzn limits of removal: 3fl inches in length, E. Remove Asphalt Paving 1. Sawcut: See 3,4.B. 2. Remove pavement without disturbing the base material. 3. When shown on the plans or as directed, stocl�ile ma.te:rials designat�d as salvageable at designated sites. 4. Prepare stocicpile area by removing vagetation az�d trash and by providing for proper drainage. F. Millir�g 1. General a. MiII surfaces to the depth �hown in the plans or as directed. b. Do r�at darzaage or disfigure adj acent worlc ox exi�tin� surface improve�nents. c. I�' milling exposes smaoib. underlying pavernent surfaces, mill fhe smooth surFace to ffia.ke raugh. d. Provide safe temporary transition where vehicles or pedestrians must pas� over the milled edges. e. Remove excess material and cleau milled suriaces. f. Stocicpiling af planed material will not be permitted within tl�e rigl�t af way unless approved 6y the City. g. If th� existing base is brick and cannot be milled, remove a 5 foat widi�: of tl�e existan� brick base. See 3.3.G. for brick paving removal. 2. Milling Equipment a. Power aperated milling ma�hine capable of reinoving, in one pass or iwo passes, the neces�axy pavEment thicicness in a�ive-fnot minimum width. b. Self propelled with sufficient power, tractzan and stabil�ty to maintain accurate dept.h of cut and slape. c, Equipped with an ini�gral loading and reclainazng mea.ns to i3nmediately remove materia� cut from the surface of the roadway and discl�arge the cutiings inta a t�tcic, al1 in ane operation. d. Equipped with rz�eans ta cantroi dust created by the cutting action. e. Equipped vaif�a a znanual sy'stem providing for uni�ormly varying the depth of c�zt while the machine is in m�tion making it possible to cut flush to ail inlets, ma�la.oles, ar ather obstructions within the paved area. £ Variable Speed in order ta leat�e the speci�ied grid pa,ttern, g. Equzpped to minimize air pollution. 3. Wedge l�Iilling �ild Surface Milling a. Wedge MiIl existing asphalt, concrete flr bricl� pavez�ent fram the �ip of gutter at a depth of 2 inches and transitianing to match the existing pave�ent {0-inch cut) at a rni�imum width of 5 feet, b. Surface 11�1i11 exisiing asphaIY pavement to the de�th specified, c. �xovide a milled surface that provides a unifarm sur�ace fcee from gouges, ridges, oil iilm, and other imperfectians of warlananship with a uniform textured appearance. CiTY OF FORT 4VORTH Playground Re�tacement at Oa[cl�uist, VJarth Heights, Han�o[d Yark STANDARD COAISI'12UCTION SPECTFICATTQN bOCilivLENTS 102464, 142465, 1U2463 Jtevised February 2, 201 G 0241 LS -5 PAVING REMO'VAL Page5nf6 1 2 3 4 5 � 7 8 9 10 I] 12 13 14 15 1b l7 18 19 20 21 22 23 24 d. In al1 situations where the existing H.M.A.C. surface contacts the curb face, the �redge rr�illing includes the xenloval of the exzs�sr�g asphalt coveriug the gutter up to and along ihe face of curb. e. Perform wedge ar surface milling aperation in a continuous man�aer aloiig botla sides o�'the street or as direeted. 4. Bu�t ro�n� Mzi��g a. Mi11 butt j oints in.to the existing surface, in association witb the wedge milling operation. b. Butt joint wiIl provide a full width transition sectian and a constat�t depth at tlle point wk�ere tl�e ne�v overlay is terxriinated. c. Typical locatio�s fQx butt joints are at a1J beginnin� and ending pdints af a�reet� �where paving material is ramo��d. Prior to the z�illing of the butt joints, consult with ihe City for proper Iocation and limi.ts of tl�ese joints. d. Butt Milled � oints are required on both sides af all railroad tracks and concrete valley gutters, bridge deelcs and cul��rts a.nd all othez items wlzich iransverse t�ae street and end the continui�y of the asphalt surface. e. Malce each butt joint 2{� feet lon� ax�d xnilled aut across the full width af tha streef sectian to a tapered depth of 2 inch. f. Taper the milled area vvithin the 20�feet to a depth from D-inch to 2-inch at a line adjacent to the begimung and ending points a!r intermediate transverse items. g. Provzde a temporary wedge of asphalt at al! butt joints ko provide a szx�aotl� ride over �e bump. G. Remove Brick Paving 25 l. Remove z�aasonry paving units to the limiCs specified i� tl�e plans or as directed by 26 t�e Ciiy. 27 2, Salvage e�sf.ing bricks far re-use, clean, paIletize, and deliv�r to the City Stock pile 2g yard at 3300 Yuma Str�et o:r as directed. 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 �+3 44 45 4b H. Pavement Pulverization 2. 3 1. Pulverization a. Pulverize the existing pa�ement to dept�. af 8 inches. See Section 32 11 33, h. Temporarily reznave and stare the S-inch deep pulverized matexial, then cut the hase 2 inches. c. Start 2-inch bas�: cut at a depth af 8 inches from the existing pulverized surface. Cement Application a. Use 3.5% Portland cernent. b. See �ection 32 11 33. Mixing: see Sectiorn 32 11 33. 4. Compaction: see Sectian 32 I1 33. 5. Finisbing see Section 32 11 33. 6. Cuiri�g: see Section 32 11 33. 7, If the existi�g pavement has a combination af 10 inches oiH.M.A.C. and crushed stone/gravel: a. Undercut not required b. Pulverize 10 inches deep. c. Re�nove 2-i�ch ihe total pulverized amount. GTTY OP FORT WORTH P[�ygraund Replacement at Oakiiw�st, Woitli I3eights, �IAr�•old Pu�k STtiNBARD C�NSTRiJCT10N SYECI:F�ICATION DOCiIMBNTS 1024b4, l(}2465,, 102463 Revised Feh�uary 2, 2016 U2 41 1.5 - 6 PftVING RCMQVAL Page 6 of 6 1 2 3 4 5 6 7 8 9 l0 11 12 13 14 15 � I. Remove speed cus3�ioz� 1. Scrape or sawcut speed cushion from existing pave3nent withaut da�ri.aging existing pavement. 3.5 REPAIR �NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD QUALTTY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [N�T IISED] 3.9 ADJUSTIlVG [NOT USED] 3.T� CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVIT�ES [NOT USED] 3.12 PR�TECTIQN [NOT USED] 313 MAINTENANCE [NOT USED] 314 ATTACHMENTS [NOT USED� END OF ,SECTION DATE � NAME Ret�ision Log SUMMARY OF CHANGE 12/20/20t2 I D, 7oli►uson I1.2.A—modifed payment requir�ments on utality prajects 1 2/212fl 1.6 F, Griffin 1.2.A.2.6. — Removed dupticate last sentence, CI'FY QF FORT WORTH Playgro«nd Replacement $t Oaldiuisl, Woith Hei�hts, Harrold Pa��k STANDARD CONSTRUC7"1qN SP�,CIF'ICATION DOCUMENTS 102464, 102465, 1424G3 Revised Februaty 2, 2016 03 30 00 - I CAST-QI-PLACE CONCRETE Page 1 of 25 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 S 9 ia 11 12 I3 14 15 lb 17 18 19 20 21 22 SECTION Q3 30 00 CAST�]N-PLACE CONCRETE A. SectianIncludes: 1. Cast in place cancrete, including tormworlt, reznfarcernent, concret� materzals, mixture d�si�n, placeznent procedures and finishes, for the following: a. Piers b. Footings c. Slabs-on�grade d. �'ouxtdatioil walls e. Retaining walls (non TxDOT) f Suspended slabs g, Bloc�ciiig h, Cast-in-place manholes i. Concrete �vaults for meters and valves j. Concrete encasement of utility lines B. De�viations from t�.is City of Fnrt Workh ,Standard Specifi.cation 1. Nane. C. Related Specificati�n Sectians inelud�, but are not necessarily limited to: 1. Di�ision 0— Bidding Requirements, Contrract �'orms and Condi.tians of the Cantract 2, Division 1—General Requiremenis 23 I.2 PRICE AND PAYMENT PROCEDU1tES 24 25 26 27 28 29 30 A. Cast-in-Place C;oncrete l. Measur�ment a. This Item is conszdered subsidiary to ilie structure or Items being placed. 2. Payment a. The t�oz-kperformed and t�� ffiaterials furnished in aecordance with tlais T.tem are subsidiary to ihe structure ar Items beuzg placed and na other compensation will be allo�ed. 31 1.3 REFERENCES 32 33 34 35 3b 37 38 A. Defini�ions 1. Ce�tiaentitious Materials a. 1'ortland cement alone or in com�inatio� with 1 or more of the followulg: ].) Blended hydranlic cemet�t 2} FIy ash 3} 4ther pozzolans 4) Ground granulated blast-�ura�ace slag CI"J'Y OF FURT WORTH Play�'ound Cteplacement at Oaklwrsi, Woith Heights, Hampld Park 3TAN]]AliC7 CONSTRUCTION SPECIFIC.ATTON DOC[.JM�NTS 1024b4, I(12455, 102463 Revised March 1 i, 2022 p3 3000 -2 CAST-IN-PLACE CONCRE'T'E. Page 2 of 25 1 5) Silica fume 2 b. Subject to coinpliance with therequirements of this specifica�ion 3 B, Refe�ence Staxzdards 4 1. Reference standards cited in this Specification refer tn the cur�-ent reference 5 standard published at lhe tume of the latest revisioil date logged at the end af this 6 Specification, unless a date is speci�cally cited. 7 2. American Association of State Highway aad Transportation (AASHTO): 8 a. M 182, Surlap C.lath Made from 7ute or Kenaf. 9 10 lI 12 13 14 15 lfi 17 18 19 20 21 22 23 24 25 26 27 28 29 30 �1 32 33 34 35 36 37 38 3R 40 41 42 43 44 45 46 3. Am.ericaxi Cancrete Institute (ACI): a. ACI ] 17 Speci�ication for Tolerarices for Concrete Canstruction and Materials b, ACI 301 Speeificatians for.Structural Ca�crete c, AC� 305.1 Specification for Hot W�ather Concreting d, ACI 306.1 Standard Specificatio� foz' Cnld Weat�er Concret�ng e. ACr 308.1 Standard Specification for Curing Concrete % ACY 318 BuiIdiiig Code Requirements fax Structuxal Concrete g. ACI 347 Guide to Formwork for Cancrete 4. American Instatute of Steel Co�structinn (AISC): a. 303, Code of Standard Practice for Steel Euildings and Bridges. 5. A�TM Internaiional (ASTM); a. A36, Standard Specific�tion far Carboil Structural Steel. b. A153, Standard Specification for Zinc Coating {I-Tot-Dip) on Iran an.d Steel Hardware. c. A193, Standard Specification foz' Alloy-�teel and Stainiess Steei Bolting Materials for Hzgh-Temperature Serviee aud Other Special Purpose d. e. f �� h. i. �� k. 1. m. n. o. �• q� Applications. A615, ,Standard Spec�fication for Deformed and Plain Carbon-Steel Bars for Ca�crete Rainforcement. A7b6, Standard Specifieation f+o.r Low Alloy Steel Deformed and Plain Bars for Concrete Reinfarcenaent. C31, Standard Practice for Malcing and Cu_ring Co�lcrete Test Specimens iii the Field. C33, Standatd Specificafion for Concrete Aggregates. C39, 5tandard Test Metl�od far Com.pressive Strength of Cylindrical Concrete Specimens, C42, Stiandard Tesf Method for Obtaining and Testing Drilled Cores �d Sa�ved Beazns of Concrete. C94, Standard Speci�catian for Ready-I1�Iixed Con.cre�e. C.109, Sta�dard Test Method for Compressive Streng� of Hydraulic Cexnent Mortars (Using 2-inch or {50-rrulimeter] Cube Speciznens) C 143, Standard Test Method for Sl�tnp of Hydraulic�Cement Concrete. C171, Standaz�d ,5peci�cation for Sheei Materials for Curing Concrete. C15fl, Standard Specifieation fox Poz'tland Cement. C 172, Standaed Practice for Samp.ling Freshly Mi�ed Cnnerete. C219, �tandard Ter�minology Relating to Hydraulic Cea�ent. C23 l, �tandard Test Method %r Air Content af Freshly Mzxed Concrate by t11e Pressure Method. CI'CY Ok' PORT WflRTf3 Play�round Replflcement 1t Oakhurst, Wortli FIei�Uls, Harrold Park SSANDARDCONSTRUCTIONSPECII�ICATIONDOCiJML�NTS 1024b4, l02465, 1U24G3 Revised Ma��ch l 1., 2022 �3 30 00 -3 CAST-IIV-PLAC� CO?�lCRETE Page 3 of 25 I 2 3 � 5 6 7 8 9 ia 11 l.2 13 14 J5 16 17 18 19 20 21 22 23 24 25 26 27 28 29 r. C26d, Standaxd Speci�ication for Air-Entrairun.g Admixtures for Concrete. s. C3fl9, Standard Specifi�ation for Liquid Membrane-For�nin.� Campauilds for Curing Concrete. t. C49A�, Standard Specificafion far Chemical Admixtures for Concrete. u, C595, Standard Specification for Blended Hydraulie Cexr�ents v. C618, 5tandard Specificatian for Coal F1y Ash and Raw ar Calcined Natural Pozzolan for Use i�. Concrete. w, C$S I, Standard Speci�cation for Epoxy-Resin-Base Bonditzg Systerns for Concrete. x. C989, Standat'd Specificatioii for Ground Granulated Blast Furnace Slag for L1s� in ConcreteandMortars. y. C1017, Sta.�dard Specification for ChemicalAdmixtures forLTse in Praducirlg Flowing Cancrete. z. C1059, Standard �pecification far Latex Agents for Bondin� Freak� ta Hardened Concrete. aa. C1Qb4, Standard Test Metl�od fox Te�nperature of �'r�shly Mi�ed Hydraulic- Cement Concz-ete. bb. C 124�, Sta�dard Sp�cification for Silica Fume Used in Cem.entitious Mixtures. cc. E1 I55, Standard Test Method for Deternnining FF Floor �'latness and FL Floor Levelness Numbers. dd. F435, Standard Specifieatian for Hardened Steel Was�ers. A�nerican Welding S�ciety (AWS). a. D 1.1, Str►�.ctural Welding Code - Steel. b. D 1.4, Structural Welding Codc - Reinforcing Steel. Concrete Reiriforcing Steel Institiite (CRSI} a. Manual of Standard Practir.e 8. Texas Depat'kment of Transportatinn a. �tan.dard Specific�.tian for Canst,ruetian and Maintenance of Higbways, S�reets and Bridges 30 1.4 ADMrNISTRATIVE REQi]1REMEIVTS 31 32 33 34 35 36 37 38 39 40 41 42 43 44 � 7 A. Worlc Tncluded 1. Design, fahrication, erection and stripping af Formworkfor cast-in-place conerete including shoring, re�horing, falseworlc, bracing, proprietaxy farming systems, pxefabricated farms, �oid fo rt�ns, permanent rne.tal �orms, bullcheads, keys, blockouts, sle�ves, pockets and accessar�es. a. Ez�ection shall include installation in formwork of items fiirrni shed by other trades. 2. Furni.sh all lahor and materials required to fabricate, deliver and install reinforcement and embedded metal asseml�lies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Fur�aish a111abor and ;nateriaJ.s required to perform the followang: a. Cast-in-place conerete h. Concrete mix designs c. Grauting CITY OF FORT WORTH Playground Replacement at Oakhuest, WortU Heiglits, Harrold Park 3TANDARDCONSTRUCTIQNSPEC�ICATIbN170CUMEI�TS 102464, 1fl2�4G5, 1Q2�1b3 Revised Iviarch 1 I, 2022 43 30 00 - � CAST-IN-PLACE CQNCRE'i'E Page 4 af 25 I 1.� SUBMiTTA.LS 2 A. Subznittals shall be in accordance vvith Sectian OI 33 D0. 3 B. All subn�ttals shaIl be ap�roved by the City prior to de�ivery andior fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUSMITTALS 6 7 8 9 10 11 12 13 14 15 16 17 18 A. Product Data 1. Required for each type o�product indicaied B, Design Mixtures 1. For each conerete mixture submit proposed mix designs in accordance with ACI 3 I8, chapter 5. 2. Submit each proposed mix design wit� a record of past performauce. 3. Submit alternate design mixtures when ckataeteristics of maierials, Project condi- tions, weather, test results or other circumstances warrarit adj�stmenks. 4. Indicate amounts of mixing water to be withh�ld for later addition at Project site. a. Include t�is quantity on delivery ticicet. C. Steel Reinforcement Submittals for ��£ormation 1. Mill test certificates of supplied concreYe reinf'orcing, indicating physical and chem- ical analysis. I9 1.7 CLO�EOUT SUSNIITTALS [NOT USED] 24 1.8 MAYNTENANCE MATERiAi, SUBMITT.ALS [NOT T1SED] 21 1.9 QiTALYTY ASSZJR�NCE 22 A. Manufacturer �uali�ications 23 1. A firrri experienced it1 mauufacturi�g ready-z�aixed concre.ie products and that corn 24 plies with ASTM C94 requirements for productiozz facilities and equipment 25 2.. Manufacturer certified accordin� to NRMCA's "Certi�catian of R�ady Mixed 26 Concrete Production Facilities" 27 B. Saurce Limitations 28 1. �btain each type or class of cementitious material of khe sazx�e bxand from the same 29 cnanufactur�r's plant, obtain aggregate from 1 saurce an.d obtain admixtw-es through 3D 1 source �Fram a single manufacturer. 31 C. ACI Publications 32 1, Connply with the fo�lawing unless rnodified by requiretnents in the Conlract Docu- 33 m�nts: 34 a. AC� 301 �ectians 1 through 5 3S �. ACr 117 3b D. Concrete Testing Servzce 37 1. E�gagc a qualified zzxdependent testing agency to perform material evaluation t�sts. CiTY OF FORT WORTH Playground Replacemevt at Oakl�ut�sk, Worp3 F3eights, Harrold Parlc STANDARD CQNSTRUCTTON SP�CTFICATION DOCUMEN7"S [024{4, Ifl2A65, ]02463 Revised Marcli [ 1, 2022 03 30 00 - 5 CAS'T-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY, STORAGE, AND I3ANDLING 2 A, Steel Reinforcement 3 I. Deliver, store, and handle steel rei�forcemen� to prevent bending and dannage. 4 2. Avoid damaging coatings on steel reinforcemerit. 5 B. Waterstops 6 ].. Store waterstops under cover to protect from xxaoisture, sunlight, dirt, oil and other 7 contamivartts. 8 i!, J 1.11 �'IELD CONDITION� [NOT USED] 1.12 WARRANTY [NOT iISED] 10 PART 2 - PRDDUCTS T 1 2.1 OWNER�FUItNISHED OR O'WNER�SUPPLIED PRODUCTS [N�T USED] 12 13 14 15 I6 17 I8 19 �0 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 36 37 2.2 PRODUCT TYPES �ND MATERIALS A. Manufacturers 1. In okher Part 2 artiel�s where titles below introduce lists, the £ollowing req�xirements apply to product selection: a. Avaiiable P roducts: Subj ect io compliance `rvith requireme�ts, products that maq he incorporated into the Work include, but are not limited to, products specified. b. Available Manufacturers: Subj ecL io compliance with requiretnents, xnanufacturers �ffering products fhat may be iaacorporated into the Wark include, but ara nat limited ta, manufacturers s�ecified. B. Form-FacingMatcrials i . Rough-Formed Fisiished Cancrete a. Plywood, lumber, metaI or another approved m.atErial b. Pravide lumber diressed on at least 2 edges and 1 side for tight fit. 2. Ck�am%r Strips a. Woad, metal, PVC or rubber strips b. 3/a-inch x 31a�inch, an'vum�t 3. Rustication Strips a, Wood, metal, PVC or rubber strips b. Kerfed for ease of £orm removai 4. Form-Release Ageuf. a. Commercialiy faxmulated f�rm-release agent that will not bond with, stain or adversely affect cancrete surfaees b. Shall not im�aiz- subsequeni ixeatm.ents of concrei;e surfaces c. �'or steeJ farm-facing materials, formulate with rusi ix►k�ibitor. 5. Form Ties CiI'Y O�' �'ORT V�ORTH Playground Replaceuient at OakhursC, �orth Heights, Harrold Park STANI)AItD CONSTRiJCTI03d SPECIFTCATION 1]OCCJMLNTS 102464, 102465, 1Q24G3 RevisedMareh 11, 20Z2 03 30 00 - G CAST-IN-PLACE CONCRETE Pa�e G oF 25 � 2 3 4 5 6. 7 S 9 a. b. e. d. Factory-fabricated, removabl� or snap-pff inetal ox glass-fiber-reinforced plastic form �ies designed to resist latex'al pressure of fres�i concrete on farms and to preveut spalling of concret� on removal. Furnisla units that will leave no carrodible rnetal closer than 1 inch to the pZane of exposed concrete surface. F�u-nish ties that, when rezzznved, will leave holes no targer than 1 inch in diameter in concrete surface. Furnish ties with int�gz-al vvater-barrier pIates to walls in.dicated to receive da.inpproafing or wa�erproofing. 10 11 I2 13 14 15 16 17 18 19 20 z� 22 23 24 z� 26 27 28 29 30 31 32 C. Steel Reinforcement 1. Reinforcing Bars a. ASTM Ab 15, Grade 60, deformed D. Rein%rcement Accessories 1. 5maoth Dowel Bars a ASTM A615, Grade 6fl, steelbars {smoaf.h) b. Cut bars txue to length with ends squar� and firee of b.ur�s. 2. Bar Suppaz�s a. Bolsters, cha:irs, spacers and other deviees for spacing, supporting and fastenin� r�infoxcir�g bars and welded wire reinforcement in place b. Mantiifacture bar supports frozxa steel wire, plastic. or precast concrete according to CRSI's "Manual o� Staudard Practice," of greater compressive strengtl� than concrete and as follaws: 1) For concrete surfaces exposed to �view �,vhere legs of wire bar suppt�rts contact forzns, use CRSI Class 1 plas�e-pxotect�d steel wire or CRSI Class 2 stainless-steelbar supports. 2) For slabs-on-grade, pcovide sand plates, horizontal tlivners ar precast concrete blocics on bottom where base matarial will not support chair legs or where �apor ba:rrier has heen speci�ed. E. EzzSbedded Metal Assemblies 1. Steel �hapes and PZates: ASTM A35 2. Headed Studs: Heads welded by full-f�zsion process, as fi�ished by TRi�V Nelson �iud Welding Divisiaza ar approved equal 33 k'. Expa�.sion Aalchors 34 1. Available Products 35 a. We�-it Bolt, Wc j-it Corporatio�,'I�lsa, Oklaho�a 36 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Ol�lahoma 37 c. Trubolt, Ramset �astening Systems, Paris, Kentucky 38 39 40 9�1 42 G. Adhesive Anchors and Dowels 1. Adhesive anchoz's s1aall consist of threaded rods atacI�ar�d with an adhesive system into hardened eoncrete or gx'out��lled masonry. a. The adhesive system shall use a 2-coinponent adhesive mix a�nd shall be inj eeted with a sfiatzc :tx�.ixing nozzl� follawing manufacturer's instructions. CiTY OF FQRT WpRTH P3ayground Replacement at Oakliurst, Worth Heigirfs, Ha�ro3d Parlc $TANI�ARBCONSTRUC'I'IONSP�CITICATIpN I70Ci1MENT5 102454, 102465, �024G3 Re�ised M�►cli 1 I, 2022 o� 30 00 -7 CAST-IIV-PLACE CONCRE'IT, Page 7 of 23 I 2 3 4 S b 7 8 9 14 11 12 13 14 15 16 17 I8 19 20 2� 22 23 24 25 26 27 28 29 30 �1 32 33 3�} 35 36 37 38 39 40 4I 42 43 � �#5 46 b, The embedm�nt depth of th� rod shall pro�vide a minirnu�n allowable %ond strength that is equal to the allovvable yield capacity of the rod, unl�ss othex�ise specified. 2. Availabl� Products a. Hilti HIT HY 15� Ma.� b. Simpsnn Aerylio-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rads: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b. Washers: ASTM F436 �axdened carbon steel c. Finish: Hot-dip zinc coating, ASTM Al S�, Class C H. Inserts 1. Provide metal inserts required for anch�rage of maierials or equipment to concrete constxu.ctian where not supplied by other trades: a. In vertical co�crete surfaces for i�ansfer of direct s�eax Ioads only, provide adjustable wedge inserts ofinalleable cast zron complete with bolts, nuts and washers. 1) �'rovide'/a-inch bolt size, uniess otherwise indicated. b. Yn hor�zoutal concrete st7x�aces and whenever inserts are subject to tension forces, provide threaded i.nserts of ma�leable cast iron furtiished with fiall depth balts. 1) Provide'1a-inch boIt size, unless otherwise indicate�i. I. Cancrete Materials I. Cementitiaus Material a. Use the following cementitious materials, of the sarne i�pe, brand, and source, throughout Project: 1) Po�land Cement, Portland-Li:nnestane Cement a) ASTM C150, Type UIT, gray b) ASTM C59S, Type IL cement c) Supplement wzth the following: { 1) �ly Asla (a) ASTM Cb 18, Class C or F {2) Ground Granulated Blast-Furnace Slag (a) A�TM C989, Gra�le 100 or 120. 2) Szlica Fume a} ASTM C1240, amarphous silica 3) Normal-Weight A��eegates a) ASTM C33, Class 3S coarse aggregaie or better, graded b} Provide aggz'egates from � single source. 4} M�imum Coarse-Aggregale Size a) 3/a-inch noxninal 5} Fine Ag;gregate a) Fxee of materials with deleterious reactivity fo allca] i im cement b) Water a) ASTM C94 and potahle 7. Admixtures CITY (7F FORT WpRTH Playground Repl�tcetneEit at dakhuist, Worth Heigl�ts, Harrold Park STANDARD CONSTRi7C'['ION SPECIFICATIDN DOCUIvI�NTS [42464, 1a2�465, 1424b3 Revised Marel� l 1, 2022 o� aaoo -s CAST-1N PLt10E CONCRETE Fage 8 of 25 1 2 3 4 S 6 7 S 9 �0 I1 L2 13 14 IS 16 17 18 ]9 20 21 22 23 24 25 26 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 1. Air-Entraini�g Ad�ixture a. ASTM C2b0 2. Cheinical Admixtures a. Provide admixtures certified by manufactur�r to be coxaapatible with other ad- mixtures and lhat wi11 not cantribute water�soluble chloride ions exceedtng thase permitted in hardened cancrete, b. Do not use calcium chloride or admixtures containing calc��tn chlo�zde, c. Water-Reducin� Aclmixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. VL�ater-Reducing and Retarciing Admixtw-e 1) ASTM C494, Type D f High-Ra��ge, Water-ReducingAdnuxtur� 1) ASTM C494, TypeF g. High-Range, Water-Reducing aud Retardi�g Adxnu�ture 1) ASTM C494, Type G h. Plasticizing and Retarding Admixture 1) ASTM CI017, TypeII K. Waterstops l, Seif-Expanding Butyl Strip Wate:rstops a, Manufactured rectangular ar trapezoidal strip, butyl t�bber with sodium bentoxute or other hydrophiIic polymers, for adhesive bonding to concrete, �/.+- inch x 1-inch. b. Availabie Products 1) Colloid Environmental Technologies Campany; Volelay Waterstop-RX 2) Concrete Sealanis Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Heiu�y Company, Sealants Division; Hydro-FIex 5) JF �peeialties, Ine.; Earihshield Type 20 6) 1'rogress Unlimited, Tnc.; Superstop 7) TCMiraDRI; Mirasi�p L. Curing Materials 1. Absorptive Cover a. AASHTO MI 82, Class 2, burlap clotk� zn.ade fxam jute ox icenaf, w�ighing appraximate�y 9 ounceslsquaxe yard when dry 2. Moisture�Retaining Go�ar a. ASTM C171, polyetlayle��e �lm or white burlap-poly�thylene sl�eet 3. Water a. Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipatar�g b. Available Products I) A�ta-Hydrn I�Zterr�atid�al, Inc.; AH Curing C.ompound #2 DR WB 2) Sl.uke by Edoco; Aqua Resin Cure 3) ChemMasters; Safe-Cure Clear C1TY OF FORT WORTH Playground Replacenrent at Oakkmrst, Wa��eh Heighes, Harinld Park STAI*IBARDCQNSTItIdCTIDNSPECLFICATIONDQCLiMENTS 1p24b4, 1D2465, 1p2463 RerrisedMarclti l I, 2022 03 30 00 -9 CAST-iN PLACE CONC:RETE Page 9 of 25 7 9 IO 11 �2 13 14 15 I6 17 18 19 20 2I 22 23 24 2S 4) Canspec Marketin� 8e Manuiacturing Co., Inc., a Daytan Superior Co�npany; W.B. Resin C�are 5} Dayton Superiar Corporatian; Day Chem Rez Cure (J-I 1-W} 6) Euclid Che;nical C.ompany (The); ��urez DR VOY 7) �.aufman Products, Inc.; Thinfrlxn 420 8) Lambert Cor�poratinn; Aqua Kure-Clear 9) L&M Construction Cheznicals, Inc.; L&M Cuz�e R 10} Meadows, W. R., Tnc.;110Q Clear 11) Nox-Crete Products Group, Kinsman Corporatian; Resin G�re E 12) Syinons Corporatian, a Daytan Superior Company; Resi-Chem Clear Cure 13) Tamms Indust:ries, Inc.; Horncure WB 30 xa�} un�t��; xya�o cux� �09 I S} US Mix Products Company; US Spec M�cure Resin Clear 15} Vexcon Chemicals, Inc.; Certi-Vex Enviocure I00 M. Related Material s I. Bonding Agent a. ASTM C 1059, Type II, non-redispersible, aczylic emulsion or styrene butadien.e 2. Epoxy Bo�ding Adhesive . a. ASTM C881, 2-coinponent epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application ie�nperature and of �rade to suit requireinents, a.nd as fallaws; 1) Types I and II, non-load bearing 2) 1V and V, load beaa•in.g, far bonding 3) Hardened ar freshly mixed concrete fo hardened concrete 2b 3. Reglets 27 a. Fabricate reglets of not less th�n O.fl217-inch thick, galvanized steel sheet 28 b. Ternpa�ariiy fill or cover face opening of reglei to prevent intrusion of concre.te 29 or debris. 30 4, Sleeves and Blockouts 3X a. Formed with galvanized metal, galvani.zed pipe, polyvinyl chloride pipe, fiber 32 tubes ar wQod 33 5. Nai1s, �pikes, Lag Bolts, Through Bolts, Ancl�orages 34 a. Sized as reqt�i:red 35 b. S�.all be of strength and character to maintain formwork in place while placing 36 37 38 39 Q�0 �41 42 43 44 45 conerete N. Repair 11rlaterials 1. Repair Underlaynae�t a. � c. Cement-based, polymer-madified, self-leveling product that can be applied in thiclaaesses of 1/8 inch nr greater I) Da not feaiher. Cement Bu�.der 1) ASTM C150, C595, Par.tland cement, Partland-Limestone C�ment or b.y- draulic or blended hydraulic cement as defz ned in ASTM C219 �'z�imer C1TY OP FORT WORT�I Playground Replacement at Oakhutsl, WorHi Heigt�ts, Harrold Park STANDARD CONSTRUCTId1V SPECIFICATION DOC:i.1M�N"I'S 102464, 1 Q24b5, 1D24fi3 Revised N4arch 1 l, 2022 03 30 00 -10 C�sST-IN-PLACE CONCR�T� Page 1 Q of 25 1 2 3 4 5 9 1Q 11 �2 13 14 15 16 17 18 19 2Q 21 22 23 24 25 26 27 28 29 30 3� 32 33 34 35 36 37 38 39 4d 41 42 1) Pradtzct o�underIayment inanufacturer reeornmended far substrate, candi- tions, and application d. Aggregate 1) Well-graded, vwashed gravel, 1/8 ta 1/4 inch ar coarse sandas recommended by underlayment manufac�tu-er e. Cnmpressive Si�ength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repaix Qverlayment a. Cement-bas.ed, poIymer-modified, self Ieveling praduct that can iae a�plied in t,�icknesses of 118 inch or greatex 1) Da �ot feather. b. Cernent Binder 1) ASTM CI50, C595, Portland cement, Portland-Lirnestone Cement or hy- draulic or blendedhydraulic cement as defr�ed in ASTM C219 � e, Primer I) Product of tapping lnanufact��rer recommeneEed far substrate, conditions, and applicatio� �ggregate 1) We1I-graded, washed gravel, l/$ ta 1/4 inch or caarse sandas recozxur�.end- ed hy topping manufacture:r Carr�pressi�e Strength 1) Not les� than SQOQ psi at 28 days when tested according to ASTM CI0.9 O. Conerete Mixtures, General l. Prepare design rnixhtres far cach type aud strength of concrete, proportioned on fihe basis a� laboratory trial inixtL�re or �eld test data, or bot}�, according [n ACI 301. a. Required averaga strength above specified stren�th 1) Ba�ed on a record of past perfarnaarice a) Deiermination of requzz'ed average strengtl� above specified sirength shall be based on khe sta,ndard de�iation recqrd o£the results of at least 30 consecu�ive strength tests ii� accordance with ACI 318, Chapter 5.3 by the larger a.mount ciefined by formulas 5-1 and 5-2, 2) Based on labaratory trial mi3ctures a) �roportions sha11 be selected on the basis of laboratory trial batches prepared in a�cordance with ACI 318, Ciaapter 5.3.3.2 to produce an average strength greater than the specifed strengtb �'c by ihe amount defin.ed in table 5.3.2.2. 3) Proportrous af in�redicnts for cancrete mixes shallbe determined by an in- d�pendent testing laboratory or qualifieci eoncrete supplier. 4) Far each proposed mixture, at Ieast 3 campxessive test cylinders s�all be znade and tested for strengt�a at the specified age. a) Additional cylinders may be made iar testing for infornnation at earlier 43 ages. 44 2. Cementitious Materials 45 a. Limit percentage, by weight, of cementitious materials other than 1'oriland ce- 46 ment or Portland-Limestane cement zn cancrete as follows, unless specified �7 otherw�se: CITti' OF FOlt7' I�ORTH Playground Replacement at Qakltutst, Worth Heiglits, Haa-rold Park S1"ANDARDGONS'I'RUCTI�NSPECIFICJt'C10NDqCL1MEN1'S 1024b4, I02465, [D2463 Revised Ma�ch 1 I, 2Q22 a�3ofla-ii CAST-IN-PLACE CONCRCTE Pag€ l l oF25 4 5 6 7 9 1Q 11 12 13 14 15 16 I7 IS I9 20 21 22 23 24 25 26 27 28 29 30 �1 32 33 1) 2) 3} 4) 5) 6) 7} � Fly Ash: 25 percent Combined Fly Asla and Pozzalan: 25 percent Graund Granulated Bla,st-Furnace Slag: 50 percent Combined Fly Ash or Pozzolan and Ground Gz�anulated.Blast �'u�naee Slag: 50 percent Por�land ce�nent minimum, with fly as� or pozzolan not exceeding 25 per� cent Silica Fume: 1Qpercent Coznbi�ed Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans z�ot exceediag 25 pereent and siiica fume noi exceeding 10 per- cent Cambined Fly Ash or Pozzolans, Grounci Granulated B1ast-Furnace Slag, and SiIica Fume: SQ percent with fly ash or pozzalazas not exceeding 25 percent and silica fume not exceeding 1 � percent 3. Limit water-soluble, chloride-ion content in hardened eoncrete ta: a. 0.30 percent by weight of cem�nt if concrete will have no �xposure to chlorides (typical} b, 0.15 percent by weight if concrete vvill be exposed to chlorides c. 1.0 percent by weight if conerete will I�ave no exposure to chlorides and will be continually d�y and protected. 4. AdYnixt�ires a. Use aclmixtures according ta manufaeturer's written instiructzans. b. Do not use admixtures which have not been iricorporated and tested in accepted rn�es. c. Use water-redueing high-ran.ge water-reducing or plasticizing admi�kure in concrete, as required, for pIacement and vvo:rkability. d. Use wa�er-reducin.g and reta.r�ding admixture wl�et� requz�ed by ]ugh t�mp�ratures, low humidity or ot�er ad�vexse placement conditions. e. Use water-reducing adnn_ixture in pumped concrete, co�crete for heavy-use iildustrial slabs and parking stt-ucture slabs, concrete required to be watertight, aud canerete with a water-cementitious materials ratio below 0.50. f. i7se carirosion-inhibiting acimixture in cancrete rnixtures where indicated. P, Concz'ete �tures 34 1. Refer to T�OT "Staz�dard. Specifications for Cons�t'uctian and Maintenance af 35 Highways, S#reets, and Bridges" for: 36 a, Culverts 37 b. Headwalls 38 39 4D 41 42 43 4� �5 46 c. Wingwalls 2, Proportion normal-weight concrete mixture as follows: a, Minimum Campressive Strength: 3,�00 gsi at 28 days 6. Maximum Water-Cementitious Mater�als Ratia: Q.50 c. Slump Limit: 5 inches or 8 inches for concrete with t�erified slump af 2 to 4 inches before adding high-rar�ge water-reducing ad�tu:re or plasticizing admixture, plus or minus I inch d. Air Cor�tent: 6 percent, plus or minus 1.5 percent at point of delivexy far 3J4- incla naminal rnaximum aggregate size CTTY OP FORT WORTH Playgroxmd Replacement 1t Oakhurst, Wvrtli Heights, Harrold Park ST.4NDARb CONSTRUCTION SPECIFTCATTON DOC[Jh�EN1`S 102�464, 102465, L024G3 Revised March 11, 2022 o� 30 oa - �z CAST-IN-PLACE CQNCRETE Page 12 af 25 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 2� 21 22 23 24 25 2b 27 28 29 Q. �abricating Reinforcement J.. Fa}�ricate steel reinforceinent aecording to CRSI's "Manual af Statadard Practice." R. Fabrication af Embedded Metal Asse:�x�blies 1. Fabricate metal assenablies in khe shop. Holes shall be made by drilling or punching. Hales sha11 not be made by or enlarged hy burni.ng. WeTding shall be in accordaaace with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shallbe hot dip galvauized. All ather metal asseznblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvaniziu,g after e�velding wit.� a Cold Galvanizing compound iustalled in accordance �vith the manufacturer's instz�uctions. R�pair pa.inted assemblies after welding with sar�e type of paint. S. Concrete Mixin� 1. Ready-Mixe.d Cnncrete: Measure, batch, mix, and deliver concrete accordzng ta ASTM C94, and fi�rnish 6atch ticItet infarmation. a. Wiaen air ternperature is b�tw�en 85 and 90 degrees Fa�u�enheit, z�educe mixing and d�livery time irom 1-1/2 hours to 75 mi�utes; wb.eaa air tempexature is above 90 d�:grees Fahrenheit, reduce inixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure, hatch, and mix conerete materials and cancxeYe accardi�g to ASTM C941C94M. M� cancrete materials in appropriate drum-type batch inachine mixer. a. For mixer capacity of 1 cubic yard or smaller, continue inixing at least I-1/2 minutes, 6ut not more than 5 xninutes af�er ingredients az�e in inixex, before any part oibatch is released. b. Fo:r �nixer capacity largcr than 1 c�bic yard, increase mi�ting time by 1 S seconds far each additiQi�al l cubic yard. c. Provide batch ticicet far each batch di�charged and used in �e Work, indicating Project idenCi�ication name and number, date, mixture type, nnixtuz'e tirrie, quan�ity, and amaunt of water added, Record approximata Io.cation of final deposit in structure. 30 �.3 ACCESSORIES [NOT USED] 31 2.4 SOURGE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUT�ON 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMTNATION [NOT USEDJ 35 3.3 PREPARATZON [NOT USED] 36 3.4 INSTALLATIQN �7 A. �'armwoxlc CITY OF FORT WOItTH Playground Repiacement at Oakhu�st, Warth Heigliis, Hairald P�rk STANTIARDCQNSTRLFCTIONSPECIF[CATION DOCUME�ITS 102464, ]024G5, ]024�i3 RevisedMarch 11,2022 03 30 QO -13 CAST-IIV-PI.ACE CONCRETE Page l3 of 25 1 1. Desig�l, ereci, sf�ore, brace, a�nd mainta'v1 formt�vork,. according to ACI 301, ta 2 support vertical, lateral, static, and dynaxnic loacis, and constri�ction Ioads that might 3 be applied, until structure can support such loads. 4 5 b 10 11 12 13 14 15 16 17 1$ 19 20 21 22, 23 24 25 26 27 28 24 30 2. Co�struct fbzYx�work so concrete members and structures a�re o£ size, sl�ape, alignmeilt, �le�atian, and position indicated, �vithin tolerance limits of ACI I 17. a. Vertical aIign.meiit 1) Lines, surfaces and arises less than 100 feet in height -� incb.. 2} Outside coxner of exposed corner columns a.nd eontroI joints zn concrete expased ta view less than 100 t��et in height - I/2 inch. 3) Li�es, surfaces and arises greater than 100 £eet in height - 111000 times the height but not more ihan b inches. 4) Ou�side c�rner of exposed corner coluz�ns and control�oints in concrete expased to view greater than 1{}0 feet in hezght -112000 times the heigi�t but not mare than 3 inches. b, Lateral aligrvr�ent 1) Members - 1 inch. 2) Centerline of openings 12 inches or sm.aller and edge location of larger openings in slabs -1/2 inch. 3) Sawcuts, jnints, and weakened plane embedments in slabs - 3/4 inch. c. Level aligr.iznent 1) Ele�ation of slabs-on-grade - 3/4 inch. 2) El�vation of iop surfaces of formed slabs before removaI of shores - 3/4 inch. 3) Elevati4n of form�d surfaces before rernovalof shores - 3/4 inch. d. Crass-sectional dimeiasions: Overall dimensions of bea�ns, j oists, aud colvmns and thickness aiwalls ar�d slabs. 1} 12 z�zch dimension or less - plus 112 inch to minus 114 inch. 2} Greater tlaan 12 inch to 3 foot dimension - plus 112 inch ta minus 318 ineh. 3) Greater than 3 foot dimension - plus I ir�ch to minus 314 inch. e. Relative alignm.ent 31 1) Stairs 32 a} Difference in height beiween adjacent risers - 1/$ inch. 33 b} Difference ia widthbetween adjacent ireads - lI4 inch. 34 c) Ma�mum difference in height between risers iu a flight of stairs - 3/8 35 35 37 38 39 40 41 42 43 inch. d) 1Vla�mum difference in width between treads in a flight of stairs - 318 ineh. 2} C"r.roaves a) Specifiad width 2 inches or less - ll8 incl�. b) �peci�ied width hetwee� 2 inches and 12 incl�es - 114 inch. 3) Veriical ali�aent af outside corner of exposed cornercoluzxu�s and cantrol Joint groo�ves in conerete exposed to view -1/4 inch in 10 �eet. 4) All other conditions - 31$ inch in 10 feet. 44 3, Limit concrete surface irregulariiies, designated by ACI 347R as abrupt ar gradual, 45 as �ollows: �b a. Class S, 1/4 inch for sm.oath-farmed finished surfaees. 47 b. Class C, 1/2 inch £ox rough-for�ned finished surfaces. G]Tl' OF FORT WQRTH Playground Replacement at Oakllurst, Worth Heigl�ts, HairoLd Park STANDARDCONSTI2LTCT103V5YECIFICATIONDpCiIMrNTS 1Q2464, 102465, 1Q24G3 AevisedMarch l l, 2022 D3 3D 00 -14 CAST-TN-YLACE CONCRETB Pa�e 14 of 25 2 4 10 11 12 13 14 15 16 17 IS I9 20 21 4. Co�astruct forms tight enough to pre�vent loss of co�crete mnrtar. 5. Fabricate forms far easy rexnoval without hami�nering or prying against conc:rete surfac�s. Pxavide crush az' wz�ecicing plates where sfxipping may damage cast concrete suriaees. Provi�ie top for�as fnr inclined surfaces steaper than 1.5 horizontal to I vertical. a. Ins#all l�eyways, r��lefs, :recesses, and the like, for �asy removal. b. Do not use rust-sta.ined steel form facing matexial, 6. Set edge forms, bulkheads, and ii�termediate screed strips far slabs to aehieve required elevation5 and slopes in finis�ted concrete surfaces. Pz'a�ide ar�d secure un�ts to support screed strips; use strilte-off te�plates or compacting-type �creeds. 7. Construct formwarlc to cambers shown ar specified on the Dxawings to allow for structura.I deflection of the I�ardened concrete. Pravide additianal elevation or camher in formworlc as required for a�rticipated formwark deflections due in weight and pressures of concrete and construction loads. 8. �'oundation Elements: Form the sides of all below grade portians of i�earns, pzer caps, wal�s, and column� straight and to the lines and gx�ades specified. Do no earth form foundation elements unless specificaTly indicated oaa �te D:rawings. 9. Pravide temporary openings for cleanouts and inspection ports where ir�terior area of formworkis inaccessible. Clase openings with panels tightly fitted to �oz'txas and securely braced to prevent loss af con�rete mortar. Locate temporary openings in forms at inconspicuous locations. 22 10. Chamfer exierior conlers and edges of permanez�tly expased concrete. 23 I 1. Forin openings, chases, afFscts, sinkages, l�eyways, reglets, bloelcrng, screeds, and 24 bulkheads required in tEie Work, Determine sizes and locatians from trac�es 25 providing suc�i items. 26 12. Clean farms and adjacent surfaces to receive cancrete. Remave chips, waod, 2'1 sawdust, dirt, and other debris just befor� placing concrete. 28 29 3� 31 32 33 34 3S 3b 37 13. Retighten %rms and bracing before placing concrete, as required, to prevent morta�- leaks and maintai� proper aligruneiit. 14. Coat contact sur#'aces of forms witls form-release agent, according ko �naalufaciurer's wxitten instructions, before placing reinforcement, anchoring devices, and embedded items. a. Dn not apply form releas� agent where cancrete surfaces are scheduled to receive subsequent finishes which may be aifected by agent. Soak contact surfaces af u:nt�•eated fo rzns with clean water. Keep surfaces wet prior to placing concrete. B. Embedded Items 38 1. P1aee and secure anchorage devices and other embe�dded items requit•ed �or 39 adj oining work that is attached to or supported by cast-in-place cnncrete. Use 40 setting drawings, templates, diagrams, instructions, and directions furnished �ikh 41 items to be embedded. 42 a. Install atacTao:r xads, accurately located, to elevations required and complying 43 with tolerances in AiSC 3Q3, S�cYian 7.5. 4�} 1) Spacing within a balt group: 1/8 inch 45 2} Location of bolt group (center): 'fz inch CITY OF FORT WORTH Playground F�eplacei�ienY at Oakltiuist, Woi�l� Heigl�ts, Haf•rold Park STANDAITBCONSTRUCTIOTI SI'ECIE'TCA'1'TON bOC(]IVI�NTS 102464, 102465, 1024G3 Revised Ma3-ch 1 L, 2022 03 3a oo - �$ CAST-IN-PLAC� CONCI3ET� Page 15 of 25 4 6 7 8 9 14 11 12 13 14 J5 16 17 X8 19 2Q 21 2� 23 24 25 26 z� 28 29 36 31 32 33 34 35 36 37 38 39 40 4I 42 43 44 4S 46 3) Rotat�on af balt group: 5 cfegrees 4) Ang1e off vertical: 5 degrees S) Boit projeciian: � 3/$ inch b. Insiall r�glais to receiv� waterpraa�ng and to receive through-wall flashings in outer face a� can.crete frame at exterior walls, where flashing is shown at lintels, shelf angies, and other cond'ztions. C. Remo�ing and Reusing Forms 1, Do notbaciciill prior to concrete attainang 70 percent of its 28-day d�sign compressive strength. 2. General: Foimwork for sides of beazr�s, waIls, columns, and similar parts oi the Work that does not support we:ight of concrete may be removed aft�r cumula�ively curing at not less than 50 degrees Fahrenhe.it fnr 24 hata:rs a�ier placing concrete, if concrete is hard enough to �tot be damaged by form-removal oparatinns and c7xring and protection opera�ions are maintaiued. a. Leave formwork for beatn soffits, jaists, slabs, and other structural elernenis that supparts wei�ht of conercte in place u�til concrete has achieved at least 70 percent of its 28-day desi�u compressive stt'ength. b. Da not renaave formwork supporting conventioaally xeinforced concrete until cancrete has attained 70 percent af its specified 28 day conn.pressive strength as establisk�ed by tests of field eured cylinders. I� tl�.e abs�.nce of cylinder tests, supporting formworlc shall remain in plaee until the cancrete has cured at a temperature of at least SO degrees Fahrenheit for the minimum cumuiative time periods given in ACI 347, Section 3.7.2.3. Add t�e period of time when tb.e surrr�unding air temperature is below 50 degrees Fahrenheit, to the minimtun listed time period. Fnrmworlc for 2-way conveniionally reinforced slabs shall remain in place f�r at least tb.e minimum cumulative tisne periods specified for 1-way slabs of the same ma�num span. c. Irnmediately reshore 2-way con�entianally reinfnrced slabs after formwork reznoval. Reshores sha11 remain until the concrete has attained the specified 28 day campressive strengt}�. d. Minimum cumulative curi�g times may be reduced by the use of high-early strengtls cement or forming systems which allow form removal witnout disttzrbing shores, but only after the Coniractor has demanstrated to the satisfaction of t�e Engineer �at the ea�rly removal of farms will not cause e�cessive sag, distortion or damage to the conerete elements, e. Completely remove woad forms. P:rovide temporary openings if required. f. Provide adequate mef,hads of euring and thermal protection of exposed conerefe if forins are removed prior ta complet�on of specified curing time. g. Reshare areas required to s�ppnrt construction loads �� excess of 2Q pounds per square %at to properly d.istribute construction loading. Constructinn loads up to the rated li�re load capacity may be placed on unshored construction pxovided the concrete has attained �he specified 28 day compressi�ve str�ngth. h. Obtaining cancrete c.ompressive strength tesis for the purposes of form removal is the rEsponsibiIity a� the Contractor. i. Remove forms only if shores have been arranged ta permit removal of fo�ms without Ioosening or disturbing shores. CITX OF FORT WORTI� Playground Iteplacement at Oalthurst, Wortli HeigUts, ffarrold Park STANDARD CONSTRUCTIDN SP�CIFICATIOI�! DOCiIMENTS 102464, 102465, 1 Q24G3 Revised Marc[i 1 ], 2Q22 0330D0-16 CAST-IN-PLACE CONCRB'i'B Page 16of25 1 3. C1ean and repair surfaces of forms to be reused in the Woi�k. Split, frayed, 2 delaminated, or otkerwise da�naged form-facing material wril not be acceptable far 3 expased surfaces. Apply new form release agent. 4 4. When form� are re�.sed, ciean surfa�es, remove fins and laita.rzce, and tighten to 5 close joints. Align and secure joints to avoid affsets. Do not use patched form.s fax• 6 exp�sed concrete surfaces unless approved by Engineer. 7 D. 5hores and Reshores 8 1. The Contractor is solely responsible far proper shoring and reshaxitag. 9 2. Comply with ACI 31$ and ACI 30 � far design, i�stalla�ion, a�d remr�val of shoring 10 and reshoring. 11 a. Do not �emove sl�oring or :reshoring until measurement of slab tolerances is 12 complete. 13 3. Plan sequence of removai of shares and re�hore to a�void da.z�.age io concrete. 1A Locate and pro�ide adequate reshari�g to suppa�t construc�ion without excessiue 15 stress or deflectioiz. lb 17 l8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 E. Steel R�inforcement General: Comply with CRSI's "Manual of Standard �ractice" for placing reinforcement. a. Do not cut or punctu:re vapnr retarder. Repair damage and reseal vapor retarder before placi.ng cancrete. 2. Clean rei�farcez�nent o�loose z-ust and z�raill scale, earth, ice, and ather forei�l ma�erials that vvould reduce bond tn cancrete. 3. Acclu�ately positian, support, and secure reinforcement against displacem�nt. Locate and suppnrt reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bats. a. Weld reinforcin� bars accordiiig io AW� D 1.4, where indicated. Only steel canforini.ng ta ASTM A7Qb may be weld�d. 4, Installation tolerances a. Top and bottoin bars in slabs, girders., heams and joists: 1} Mernbe:rs 8 inches deep or less: �3/8 inch 2) Mexnbers moxe than 8 inches deep: f 112 inch �. Concr�t� Cover to �'ormed or F'inished Surfaces: �3/8 inches for fnembers $ inches deep ar les�; f1J2 inches far members over 8 inches deep, excepfi that tolerance faz� ca�vex shall �.ot exceed 1/3 of ihe specified cnvar. 35 S. C�ncrete Caver 36 a. Reinforcing in structural elcment,s deposited againsk the ground: 3 inches 37 b. Reinforcing in formed bearns, columns and gir.ders:1-1/2 inches 38 c. Grade bearns and exterior face of for�ned walls and columns exposed to 39 weather or in contact with the graund: 2 inches 40 41 d. Inl:erior faces of walls: 1 uaches e. Slabs: 3/4 inches �42 6. Spliees; Provide standard reinforcement splices by lapping and tying ends. Comply 43 with ACT 318 for minimum lap of spliced bars where not specified on the 44 docuznents. Da not lap splice nn. 14 and 18 bars. CITY pF FORT WQRTH P[ayground Replacement al Oakliursl, Wa��t[i Heig[�ts, Harrold Pa�•k STANDARD CONSTIiUCTION SP�CIFICATI03�' DDCLTMENTS 1 Q24b4, 102965, 1fl24b3 Revised March I I, 2q22 D3 30 fla - 37 CAST-lN-PI.ACE CONCRETE Page 17 of 25 1 7. Field Weld'uag of Emhedded Meta1 Assemblies 2 a. Remove al1 �paint a.nd galvanizi� g in areas to receive field welds. 3 b. Field Prepare all areas where paint or galv�tlizing has been reznaved with the 4 specified paint or cold gal�anizing compound, respectively. 5 F. J'oints 6 1. General; Construct jnints true io line with faees perpendicular to surface plana of 7 eoncrete. 8 2, Construciion Joints: Instali so strength and appearance of concrete are not 9 impaired, at Iocations indicated or as appro�ed by Engineer, 10 a. P1ace joints perpendicular ta rnai�. reinforcement_ Continue reinforcezx�ent 11 across canstruction jaints, u�.less othenvise indicated. Do not continue 12 reinfnrcement through sides of strip placeme�ts o�floors and sIabs. 13 b. Forrnlceyed3oints as indicated. Embedkeys atleast 1-112 incJ�es into concrete. 14 c. L�cate j oints %r beatns, slabs, j oists, and girders in the middle t�ird of spans. 15 Offset joints in gird�rs a rninlmum distance of �rvice t1�e beam. widkh from a 16 beam-girder intersec�ian. 17 d. Locate horizontal joints in walls and columns at underside of floors, slabs, J 8 beams, and gixders and at the top of faotiugs oz' floor slabs. 19 e. Space vertical joints in walls as indic�ted. Lacate joints beside piers integral 2p with t�cralis, near corners, and in concealed locations where possibie. 21 f. Use a bonding agent at loca�ian.s where firesh eancrete is placed against 22 hardened or parti�lly hardened eoncrete surfaces. 23 3. Daweled J'oints: Install dowelbar,s and support assemhlies at join.ts w�ere 24 indicated. Luhricate or asp�►alt coat 1-112 of dowellength to pxevent concrete 25 bonding ta 1 side of jaint. 2b 27 28 29 3� 31 32 33 34 35 36 37 38 39 40 41 42 43 G. Waierstops 1. F1e�ible Waterstiops: Install in construction joints and at other joints indicated t� form a continuous diaphra�. Install in longest lengths prac�icable. Support and pratect e�osed waterstops during progress af the Worlc. Field fabrir,ate j oints in wat�rstops according to manufaciurer's wri�ten iz�sfruetions. 2. �elf-Expandi�g Strip Waterstop�: Tnstallin construction jaints and at other locations indicated, according ta manufacturer's �vritten uastructions, adhesive bonding, mechanically fastening, and �'u-mly pressing inta place. Install iii longest lengths practicable. H. Adhesive Anchors 1. Comply with the matlufactur'er's installation instructions o�a the hole diameter and depth required to fully develap �.he tensila srrength of the adhesive anchor or reinforcing bar. 2. Properly clean oui the hale utilizing a wire brush and eompressed aix to xe�ove a11 Ioase material from the hnle, prior to installing adhesi�e material. I. Concrete Placement 1. Before placing concrete, verify that installatia� o� formwork, reinfor-cem�nt, and embedded ztems is coinplete and tl�at required inspectiQns have been perfoxzned. CTTY OF FORT WORTH Playgrnund Replacement at pakl�urst, Worth Heights, Ha3rold Park STANT7ARD CQNSTRUCT TON SPECIFICAT[ON DOCLTMENTS 102464, 102465, 102463 Revised Ma�-ch 1 [, 2022 03 30 00 -18 CAST-IN-PLACE CpNCRE'I`E Page L $ pf 25 2. I�o not add water to concrete during delivery, atPraject site, or du.riing place��ent unl,ess appraved by Engiaee:r. 3. Before test sampling aud placing cancrete, water may be added at Project site, subj ect to limitations of ACI 30 Z. a. Da not add water to concrete after additag higk�-range waCcr-reducing admixtures to mixture. b. Do not exceed the rnaximum sp€cified uvatex/eezne�.t ratio for the mix. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 2� 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 4l 42 43 44 45 46 47 4. Deposit concrete continuously in 1 laye:r or ixi horizontallayers of such thicicness that no new concrete will be pIaced on conct•ete t��at has haz'dened enough to cause seatns or planes of weakness. If a section. cannot be placed continuously, provide construc�ion joints as indicated. Depasii concret� to avoid segrega�ion. a. Deposit con�rete in l�orizontal layers of depth to not exceed formwork design pressures, 15 f��t maximum and in a manner to a�oid inclined construction j aints. b. Consolidate placed cancrete with mechanical vibraiing equipm�nt according to ACI301. c. Do not use vibrators io trarkspart concrete inside forms. Insert and withdrav� vibrators �ertically at uniiarmly spaced Iocations ta rapidly penet�•ate placed layer and at least fi iz�ches into preceding layer. Do not insert vibrators into lower layers of eoncrete that have begun. to lose plast�city. At each insertion, limit duratio� of vibz'atzon tn time n�eessary to consolidate conerete a.nd camplete ezn:bedment bf reinforcement and other embedded 'ztems rx�xtho�t causing mixture canstituents to segregate, d. Do not pertrzit concr�te �o drop freely any distance greater that� 10 feet far concrete cantain.[ng a hi�h range water r�ducing admixture {superp�asticizer} o:r 5 feet far oilaer concrete. Provide chute or tremie to place concrete where longer drops are necassary. Do noC place concrete ir►to excavatzozas with standing water. I£place of deposit cannot be pumped dry, pour concrete through a tremie wit� its outlet near t.he bottom of the place of deposit, e. Discard putnp pri�x}ii�� grout and do not use in the stclzcture. 5. Deposit ar�d consnlidaie cancrete for floors and slabs in a co�tinuous ope:ration, within limits of consi�ction j oin�s, un.Yi1 placement of a�anel or section is cornplete. a. Co�solidate cancxete during placement operations sa concrete is fho:roughly worked around reiniorc�menl; and other embedded items atad into corners. b. Nlaintain reinforcement in position on chairs during conerete placement. c. Screed slab surfaces with a straightedge aild striIce off to correct elevations. d. 51ope surfac�s wai�oz'zxal� to drains where required. e. Begtn initial floating using bu11 flaats or darbies �o form a uniform and open texh�r�d surface plane, befare excess bleedwaker appears nn the surface. Do not further disiurb sIab snrfaces before starting. fiz�ishin� operations. 6, Co1d-Weather Placement; Co:txzpiy wi�}i ACI 306,1 and as follows. Protect concrete worlc from physical damage or reduced strength that could be caused by frost, freezing act�ons, or lo�v temperatures. a. Wken average high a�d low temperature is expected to fall below 4fl degree� Fahrenheit for 3 successive days, inaintain delivered concrete mixt�re tempexahu-e wathin the tamperature rai�ge required by ACI 301. CITY OFFORT WOFtTH Playground Replacement at Oakhui5t, Worth Hei�hts, Han•old Park STANDARDCOTISTRUCTIQNSPECIFICA'1'IONDOCllN1�NT5 1024b4, 102465, 1D24G3 Revised Ma��ch 11, 2D22 03 30 QO - l9 CAST-IN-PLACE CqNC1ZETE Page 49af25 1 2 3 4 9 10 I1 12 13 1� 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 �} 1 42 b. Do nat use frazen materials or materials containing ice or snovv. Do not place concrete on frozen subgrade or fln subgradc containing frozen. materials. c. Do not use calcium chloride, salt, or other materia.Is containing an�ifreeze agents or c�emical accelerators unless atherwise specified and approved in mixture designs. 7. Hot-Weather Placement; Comply vvith ACI 305.1 and as follows: a. Maintain concrete temp�rature bela�v 95 degrees Fahrenheit at tir�� of placement. Chilled mixing water or ehopped ice may be used to contxal temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Cnntractor's option. b. Fog-spray forms, steelreinforeement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, saft spots, or dry areas. Finishing Formed Surfaces 1. Rough-Formed Finish: As-cast eoncrete texture imparted by form-faeing ma.terial with tie holes and defects repaired and patched. Rernove fins and other pr.ojections that exceed specified limits on farmed-surface irregularities. a. Apply to concrete surfaces nat exposed to public vi�w. 2. Related Unformed Surfaces: At tops of walls., horizontal offsets, and siz�ilar unformed surfac�s adjace.�t to formed surfaces, strike aff smooth arzd 1"ulish with a texture rnatchit�g adj acent formed surfaces. Continue fin.al surface treatment of formed surfaces uniforrnly acrass adjacent unforxned surfaces, unless otk�ez-wise indicated. K. Miscellaneous C.oncrete Items 1. Filling Tn, Fill in holes and apenings IefC in conerete strttctures, u�Iess other�vise indicated, after �c3vo:rk of other trades is in place. Mix, place, and cuxe concrete, as specified, to bl�nd with in-place construction. Frovide other miscellaneous concrete t"ilLing indicated or required to complet� the Work. 2. Curbs: Pro�ide monolithic £�izush to interiar curbs by stripping forzxa� while concrete is s�ill green and by steel-troweling surfaces io a�ard, dense �nish with corners, intersections, and terminations slightly rnun.ded. 3. Equipment Bases and Fouridations: Provide machin.e and equipment bases and foundations as shown on Drawings. Set anchox bolts for machines and equipment at correct elevatians, complying with diagrams or templates from manufacturer furnishing machines and equipznant. a. Housekeeping pads: Narinal weight concrefe (3000 psi), reinforced with #3@16 inches on center set at midd�pth of pad. Tra�velcancrete to a dense, smooth finish. Set anchor balts iar securing mechanical or eleetrical equipment during pouring af concrete fill. 4. protecti�ve slabs ("Mud slabs"}: Noxmalweight concrete {2500 psiminimum) with a minimi,�m thiclmess o#'3-1/2 iuches. Finish slab to a wood �loat finish, L. Coxtcrete Protecting and Curing 43 1. Ger►eral: Protect freshly placed conerete fram premahzre c�-ying and excessive cold 44 ox hot temperaitues. Comply wiih ACI 30�.1 for cold-weather proiection azad 45 ACI 305.1 for bot weather protectioiz during curing. CITY OF FORT 1�QItTH Playground IZepEac.cmentatOakl�utsk, Worth HeighYs, Harrold Park STANDARD CbNST'1tUCTION SP�C�ICATFON DOCIJMEI�TS ] 02464, 1U2465, 1024G3 Itevised IvEarch l 1, 2022 U3 3U Oa -20 CAST-IN-PLACE COIVCAETE Page 20 of 25 2. �'ormed Surfaces: Cure farmed concrete surfaces, including underside 4f beaax�s, supported slabs, ar�d other similar suY'faces. If for�s remain during cu�-ing period, maist cure after loosening forms. If remavi��g �ar:nrls before end oi curing period, continue curi�g %r the remainder of the curing period. 3. U�ormed Surfaces: Begin curing inlmediately after finisl�ng concrete. Cure �nfor�ned surfaces, izacluding floors and slabs, concrete floor toppings, and .other surfaces. 4, Cure concrete according to ACI 308.1, by I or a comhinaiion of the £ollawing 9 methods: 1� a. Moisiure L�ring Keep surfaces eon�inunusly moist %r nat less than 7 days 11 with the following zzzaterials: 12 1} Water 13 2) Continuous water-fog spray 14 3} A.hsorptive cover, watex satu3rated, and kept continuously wet. Cover 15 concrete surfaces and edg.es with 12-uich lap over adjacent abso�ptive 1b 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 covers b, Moistut'e-Retain,ing-Caver Curing: Cover concrete surfaces with moistur�- retainin� cover for curing concrete, placed in widest pract�cable width, with sides and ends lapped at least 12 i�ches, and sealed by waterproof tape or adhesive. Cure f..or not less than 7 days. Itiu�nediately repair any holes or tears during curing period using cov�r material and waterproof tape. 1) Moistu.re cux'e or use moisture-retaining covers to cure conerete su�t�faces to reeeive floor coverings. 2) Moisture cure or use ir�oisture-retaiilitlg covers ta cure canerete surfac�s to receive pe�etrating liquid floor treatr�nents. 3) Cure concrete surFaces to receive floor caverings with either a maisture� retaining cover or a curing compoui�d that the �nat�ufactu�rer certifies will not cnter£ere �ith bnnding of floor covering used on Pro�ect. c. Curing Campound: Apply uniformiy in con�inuous operation by pawer spray or roller according to in�.n�.Yfacturer's written instructions. Recoat areas subjected to heavyrainfall within 3 hours after initial application. Mai�tain contimuty oi coating anci repair damage during curuag pe:riod. 33 3.� REPAIR 34 A. Concrete Surface Repairs 35 36 37' 38 39 4fl 1. Defective Concrete: Repair and patch defective areas when appro�ed by Engineer. Remo�e and replace concrete that cannot be repaired a�nd patched to Engineer's approval, 2. Patching Mortar: Mi� dry-pack patching mortar, consisting of I part portland cement to 2-1/2 paxEs fine aggregate passing a No. 16 sieve, using ouly enaugh water for handling and placing. 4I 3. Repairing Formed Surfaces; Surface defects incl.ude color and texture 42 irregularities, craeks, spalLs, air bubbles, honeycombs, rocicpockets, fins and other 43 projections on the surface, and stains and ather discoloration� that cannotbe 44 r�maved by cleanit�g. CiTY QF FORT WORT�I Pla}��rourrd Replacecnent at Oakhurst, Worlh Hei�hts, Harrold Park STATIDARD CQNSTEiUCTSON SPECI�'1CATION DOCUMENTB 102464, 1U2465, 1U29b3 Revised Nlarcl� 1 l, 2U22 �3 3aao -21 CAST-IN-PLftCE CONCR�T'� Page 21 of 25 1 a. Iza�mediately after form removal, cut-out honeycoznbs, rock poekets, and voids 2 znare thasi 1/2 inch in any dimension in solid concrete, 6ut not less than 1 ulch 3 ixx depth. Mal{e edges oi cuts perpendicular to eoncr�te surface. Clean, da�pen 4 with water, and brush-coat hales at�d voids with bonding agent. Fi11 and 5 campact with patching morfar befare bond'zng agent has dried. Fill %rm-tie 6 voids witIi patching mortar or co�e plugs seeured in place wiih banding agent. 7 b. Repair defects on surfaces exposed to view by blending white portland cement 8 and standard portland cement sa tb.at, when diy, patching inortar will match 9 surrounding color. Patch a test area at inconspicuous locations td �reri�y 1Q mixture and cnl�r nnatch befare proceeding with patching. Connpact znortar in 1 I place and stril�e ofi sligktly higher than surrounding surface. 12 c. Repair defects on concealed formed surfaces ihat affect cancrete's durability 13 and structural perfor�a.nce as determin. ed by Engineer. 14 15 lb 17 18 19 2Q 2I 22 23 24 25 2b 27 zg 29 3a 31 32 33 3�4 35 3b 37 38 39 4� 41 42 43 4, Repairing Unformed S�aces: Test u�formed surfaces, such as floors and slabs, far fznish and verify surface tolerai�cas specified for each surface. Correctiow and high areas. Test sur�aces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair fuushed surfaces cantaining defects. Surface defects include spalls, pop outs, honeqcombs, rock pockets, crazing and cracks ix� exce�s of 0.01 inch wide ar that penetrate to reinfarcement or completely througla t�n.reip%rced sections regaxdless of width, and ather object�onable conditions. b. After cancrete has cured at least 1� days, correct high areas by griz�ding. c. Correct Iocaliz�d low areas during or immediately after complet'rng surface �nishing aperations hy cutiing out lo�v areas and replacing with patching z�aoxtar. Finish repaired areas to blend into adj acent concxete. d. Repair defective areas, except randonrx cracks and single holes 1 inch or le5s vn diau�.eter, lay cutting out and replacing witk� fresh canerete. Remove defective areas with clean, �quare euts and expase steel reiriforcez�ent with at least a 3/4- inch clearance all arou�ad. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same znaterials and mixture as orzginal concxete except without coarse aggregate. Place, campact, a�.d finish to blerid with adjacent finished concrete. Cure in same manner as adjacent concrete. e. Repai� rando�n cracks and single holes 1 i�ch or less in diameter with patching mortar. Graave top of cracks and cut out holes ta saund concrete and clean off dust, dirt, arand loose par�icles. Dampen cleaned conerete surfaees and apply bonding agent. Place patc�ing mortar hefore bonding agent has dried. Compact patching mor#ar and finish to match adjacent conczete. Keep patched area continuously maist for at least 72 I�ours. S. Perfnrtn struckural repairs of concrete, subject to Engineer's apprnval, using epoxy adhesive and patching mortar. 6. Repair mate�iais an.d installation not specified above may be used, subjecY ta Engineer's approval. CITY OF FOItT WdRTH Playground Replacement at Oakhutst, Wo�-�t He'tgl�ts, Hac7•old Parfc STANDARD CON5TRUCTIOIV BP�CIF'TCATIOTI DOCi ]MENTS 102464, 102465, 1U24b3 Revised MarcU 1 l, 2422 03 3o aa -zx CAST-IN-PLACH CONCRETE Page 22 af 2S 1 3.6 RE-INSTALLAT�ON [N�T USED] 2 3.7 FIELD QUALITY CONTRaL 3 4 5 6 7 A. Testing az�d Ztaspecting: City wili engage a special inspector and quaiif ed festin:g atxd inspec�ing agency to pez'£ortn field tests arld inspections and prepare test reports. B, Inspect�ons 1. Steel rei.�.forcerr�ent placemenl 2. Headed bolts and studs 8 3. Verification of use of required design mixture 9 4. Concrete placement, including conveying azad depasiting 1p 5, Curing procedures and rnaintenance of curing temperature 11 6. Veri�eation of concrete strength before removal of s�ores and forms frorn beams 12 and slabs 13 14 1S 16 17 1$ 19 2d 21 22 2.3 24 25 26 27 28 29 30 31 32 33 34 35 3.6 37 38 39 40 41 C. Concrete Tests: P�rfarA�a festi��g of composite samples of fresh concrete obtained according ta ASTM C172 according Co the follawing requirem�nts: 1. Testing Frec�ue�€cy: Obtain 1 composite sample fox each day's pour of each conerete mixture exceeding 5 cubic yard, but less than �5 cubic yaxd, plus 1 set %r each additianal 50 cubic yard or fraction tllereaf. 2. Slump: ASTM Ci43; 1 tesi at point of placemeni: for each eamposite sample, bUt not less than 1 test for eaeh day's pour of each concret� mixtu,re. �'erfonn additional tests when cot�crete co�sistency appears to change. 3. Air Cazatent: ASTM C231, pressure method, for normal-weight coneret�; 1 tesi for each compositc sazziple, but nnt less t�an 1 test for each day's pour af each concrete mixture. 4. Concrete Temperature: AST11rI C1064; 1 test hourly when aiz- te�perature is �0 degrees Fahreniaezt aiad below and whe� 80 degrees Fahrenheit and above, and J test for each composite sample. 5. Campressian Test Speciinens: ASTM C31. a. Cast and laboratary cure �4 cylinders for each ccatnp�site sample. 1) Do no� �-ansport �ield cast cylinders untii they l�ave cured for a minimum of 24 hours. � 6. Compressive-Strength Tests: ASTM C39; a. Tesi 1 cylinder at 7 days. b. Test 2 cylinders at 28 days. c. Hold 1 cylinder for testin� at 56 days as needed. 7. Wben strength of field-cured cylinders is less than 85 percent of companion labaratory-cured cylinders, evaluate operations and pravide eorrective procedures for protecting and curing in place concrete. 8. Strength of each concrete mixture will be satisfactory if evezy average of any 3 consecutive compresszve-strez�gth tesis equals ar exc�eds specified compressive strength and no compressive-streizgth test value falls below speci£'ied compressive strength by znare than S06 psi. CITY OF FOlt1' VJOItTH Play�round Replacenient nt Oaktmzst, '4Vorth Heights, Hannld Park STANDARD CONSTRLTCTIp3�I SPEC�ICl1'I'CO3+I DOCUM�NTS 102464, 1U246i, ] 02463 Revised Mai�l� I I, 2022 03 30 oa -z3 CAST-IN-PLA�E GaNCR�TE Page 23 of 25 1 9, Report test results in Qvrifing to Engineer, conc:rete manufacturer, and Contractor 2 within 48 hours of testing. Reports of comp:ressive-strength tests shall cantain 3 Proj ect identification name and numher, date of cancrete �Iacement, narne of 4 concrete t�siing and inspecting agency, loc.ation af concrete batch in Work, design 5 compressive strength at 28 days, cox►crete mixture proportions and n.aaterials, 6 comprassive breaking strength, and type af break for both 7- and 2$�day tests. � 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 la 11 Additional Tests: Testing and anspecting agency shall malce additional tests of co�crete when test results indieate that slump, air entra�nment, compressive strengths, or other requirements have not heen met, as directed by Engineer. Testing and inspectzng agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by n�kzer �nethods as directed by En�irieer. a. When the s�r�ngth le�el of the concrete for any poi�tion of the stz�ucture, as indieated by cylinder tests, falls below the specified requiremen.ks, provide improved curing conditions andlor adjustments to the mix design as required to obtain the required strength. If the a�erage strength of t�.e laboratory control cylinders faIls sa low as to be deemed unaeceptable, follow the core test pxocedure set forth in ACI 301, Chapter 17. Locations nf c�re tests shallbe approved by the En�ineer. Core saznpiing and testi�g sha11 be at Contractars expense. b. If the results of t.he core tests indicate that the strength of the structure is inadequate, any replace�nn.�nt, load testing, or strengtlaening as may be ordered by the Engineer shall be provided by the Contractor v�ithouk cast to the City. Additional testing and in5pecting, at Contractor's expense, vvil l be performed to detezmine co�pliance of replaced or additi�nal wark with specified requirements. 28 29 30 12. Coriract defieiencies in the Wo rk that test reports and inspections indicate does not corxzply with the Cantract Documents, D. Measure floor and siab flatness a.nd Ievelness according to AS`i'M E1155 within 48 hours af finishiug. E. Concrete Finish Measuz�ement and Tolerances 31 1. All floors are subj ect fo measurement for flatness a.nd l:evelness a.ud comply wi� 32 the fallowir�g: 33 a. Slabs 5haI1 be flat within a tnleran ce af 5/16 inches in I O feet when tested wii:h 34 a 10 foot Iong straigi�tedge. Apply straig�tedge ta the slah at 3 foot intez�vals in 35 both directiar�s, lapping straightedge 3�eet on areas previously checked. Low 36 spots shall not exceed the abave dimensian a�ywhere alang the strai�htedge. 37 Flatness sl�all be checked �e nexf wark day after finishing. 38 b. Slabs shall be level within a tolerance of f 114 incla in lfl feet, not ta exceed 3/4 39 inches total variaiion, anywhere on the floor, from elevafions indicated on the 40 Drawir�gs. Leveliless shall be checked on a I O foot grid using a level after 41 removal of forms. 42 c. Measurement Standard: All floars are sub3ect to measurement for flatness and 43 �evelness, according to ASTII�IE1155. 44 2. 2 Tiered Measuretnent Standard �5 a. Each floor test section and the overall floar area shall conform to the 2-tiered 46 measurement standard as speci�ed herein. CITY OF FdR'T WQRTH Playgraund Repiacement at Oalchurst, Worth Hei�ts, Hairold Park 3TAi�lQARD CONSTR1JCTipN SP�CIFICATION D�C[JMENTS 1Q24b4, 1024G5, L024G3 Reviscd Mair.li l 1, 2U22 D3 3Q DO -2A CAST-IN-PLACE CONC1iBT�. Page 24 of 25 1) Miniznum Local Value: The minimum local FF/FL values represe�t the �b- solute minimum surface proiile that wi�l be aeceptable for any 1 test sannple {line af ineasuxem.ents) anywhere within the test area. 2) Speci�ed O�erall Value: The speci�ied overall F'F/�L values represent the minimum values acceptable for it�ciividual floor s�ctious as well as the flaar as a whole. 10 11 ]2 13 14 I5 I6 17 18 19 20 21 22 23 3. Floar Test Sectio�.s a.. A floor test section is de�xned as tl�e smaller of the following areas: I) The areabounded by column and/ar waIl liaes 2j The area bounded by construction and/or co�atrol joint lines 3} Any combination of column lines az�.d/or controlj oint lines b. Test sample measurerr�ent lines �viihin each test section s��al� be multidireetzonal alo�.g 2 arthn�onal lines, as defiiled by ASTM E1155, at a spacing tQ be determined by tlae City''s testing agency. c. The precise layout af each test section shalI be d�termined by tlie City's tesiing agency. 4. Concrete F'loor Finish Tolerance a. The follawing values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on znetal deck or precast concrete. I) Slabs Overall Value FF45/FL30 Mznirnum Local Value k'k'301.FL20 24 5. Floor Elevation Tolerance Envelnpe 25 a. The acceptable iolerance envelope for absolute elevatian af any point on t.�e 26 s�ab surface, with respect to the elevatio� shawn on the Dxawings, is as follows: 27 1) Slab-on-Grade Cottsiruction: f 3/4 inch �8 2} Top surfaces of farmed slalas measuzed prior to remo�al of supporting 29 sl�ores: � 3/a inch 30 3j Top surFaces af all ather slabs: � 3/a inch 31 4} ,Slabs specified to slope shall have a�nlerance from the specified slope of 32 3/8 inch ii1 10 feet at any point, up to 3/a inch fi•am theoretical elevation at 33 any point. 3� 3.8 SYSTEM STARTUP [NQT USED] 35 3.9 ADJITSTING [NOT USED] 36 3.1a CLEANING 37 A. Defeciive Work 38 1. 7mperfect or damaged work or any i�aterial dama�ed or determined to be defective �9 b�%re iinal completion and acceptance of khe en:tire job sball be satisfactorily re- 40 piaced at the Contractor's expense, and in conformity with aIl of the req�irements of A�1 the D�•awings and Specifica�ions. 42 43 44 2. Perforrn remnval and replace�ent af cancreie work in such manner as not to impaix the appearance or strength of the structure in aa�y way. B. Cleaning CITY OF FQRT WORTH PEaye •o�md Replace��zent at Oakhurst, Worlh Heights, H�ttrold Park STA?�fDARL) CONSTRLTCTION SPECIFICATION DOCUM�NTS Iq2464, I U2465, 1fl24G3 Kevised Mai�ch I I, 2022 03 30 00 -25 GAST-AV-PLACF C0�ICRETE Page 25 of 25 1 2 3 4 5 6 7 8 9 10 1. Upo�a completion of the work remove from the site all �orms, equipinent, protective eo�erii3gs and any rubbish resulting therefrom. 2. After sweeping floors, vvash floars wit� clean water. 3. Leave finished concrete surfaces in a cJ.ean. candition, satisfactory to th� City. 3.11 CLOSEOUT ACTIVITIES [NOT USEDI 3.12 PROTECTION [NOT IISED] 3.13 M�INTENANCE �NOT iTSEDj 3.14 ATTACIIMENTS [NOT i15ED] END OF SECTION Re�ision T.ag DATE NAME SUMMIIRY�F CHANGE 2.2.0.3 -- Rernoved Blue TexdAddedDescriptions foxwatez�oluble, 12/20/2012 D.lohns.at� cbloride-ian content 3.4.C.1 -- Changed 75% to 70°/fl 31i.1112022 Z�lalemAr�ga 1.3.B.S.t,2.2.I.1, 2.2.0.2, —AddedASTMG595--TypeILcement 11 CITY OF FORT WORTH P1ay�oundRe�lacemental Oakhurst, Worth Heights, Harrold Park STANDARDCDNSTRUCTI4I+I5PECIFTCATIOI+IDDCiJMCN'I'S 1Q2464, 102465, [024G3 Revssed Marcl� l 1, 2022 116612 S'TE UAIDERDRAINS Page 1 of 3 � 2 3 4 5 6 7 8 9 lo 11 12 13 14 15 16 17 18 19 20 21 22 �.3 24 25 26 27 2.8 29 30 31 32 33 34 SECTION 11 6G 12 SXTE UNDERDRAINS PART I - GENER.AL 1.01 SCOPE; Worlc rn this secfion includes fi�ishing ali Iaboz, materials, equipment, and ser�vic�s required td canstruct underdrains to the required Iines, grades, and cross sections as specif ed herein and on the plans. 1.02 RELATED �ORK SPECIFIED ELSE�VHERE: A. i Section 3I 22 D� - �arthwork. Sectian 32 13 13 � Cast-in-Place Concrete PART � - PRODUCTS 2.QI LTNDERDRAZN PIPE: Pipe and ittings shall b� flexible, corrugated tubing manufaciured of high-densiiy �olyethylene resins and conforming to ASTM Product Specifications F-405 and F-667. Drainage �ubzng shall be as manufactured by Advanced Drainag� Systems (ADS), Inc., o£ Columbus, Ohio. The iocal Ynanufacturing plani wbich �uril provide a li,�t of suppliers is in Ennis, Texas - telephone (972) $78�9600. A. Perforated Pipe; Perforations shall be linear slots cut xadially i�io �he tubing wall between eorrugations. Perforated pipe will be furnished camplete witka tb.e Cerex n.ylon "Drain Guard" screen. The screen will complete�y surroutzd th� p'rp� and wilI have a Xapped, welded longitudinal j oint. B. Noza-Perforated Pipe: Non-perforated pipe shall be used for collector lines which convey the �vater from perforated pipe �o the concrete inlet or outfail. 35 C. Fittings: All coupli�gs, reducers, t�es, ells, plugs, caps, and othez �ittings 36 shall be non-perforated and sha11 b� of �he sat�e manufacturer as tl�e 37 drainage tubing. A fitting shall be used at eac.� pipe junction/te�nination, 38 as appropriate. 39 40 2.02 FTLTER MATERTIIL; Fil�er material �or use in bacicf Iling trenches over and 41 around underdrains shall cansist af 1 1/2" to 2" gravel washed free of organic or 42 other dele�erious mat�er. 43 C1TY OF FqRT WORTH Playgrounti Replacement atOaklturst, Worth Hei�tits, Ti�rrald Park STANDARD CON3TRUCTION SPECIFiCATION DOCUMEN`1"S 142�46�#, 107AG5, 102463 11 6b 12 SIT� UI�7T?�RDitAINS Paga 2 of 3 1 2.03 FILTER FABR�C: Filter £abric to line and lap over gravel filled subdrain firench 2 shall be Mirafi I4�N drainage fabric as zxaanufactured by Celanese Carporatioz�, 3 (800) 2�.3-9811, or approved equal. 4 5 6 7 8 9 lo ll 12 13 14 15 16 17 18 19 20 2l 22 23 24 PART 3 - EXECUTION 3.D1 VERTICAL AND HORIZONTAL CONTROL�: A. The Contractor �hall establisk► or shall employ a licensed siirveyor to establish alI Iines and grades neeessary �or ea.ch stage of the �vork described h�rein. B. Provide blue taps for ref�rence in dress'rng trench bottor�x�s at intervals not to e�ceed 3Q feet along the centerline of each trench. 3.02 TJNDERDRI�,INS : Trenches for �n.derdxains shall b� dug after the subgrade is prepared. Th� excavation of each trench shall begin at its autlet and proeeed toward its upper end. The tr�nch rnust not be excavated below the proposed grade 1ine. Trenches rxTill be cleaned of a111oose rnateriai and their bottoms will be dressed and fine graded io hlue tops set as previously described. Trenches shall be lined with filter fabric and underdrain pipe shail be set on ihe trenck� battom. AlI �ittings shall be secureiy caupled and ali open ends will be capped. The pipe shall be carefixlly covered with t.�e gravel �lter material ar�d the iilter fahr're shall be Iapped over the �rench. 25 Care shall be taken not to damage the pipe ar its fabric filtex screen. Undardrain 26 pipe shall be connected ia solid pipe j oints and to outFall at the concrete 27 structurelcollar as indieated in the plaxas. Care shall be taken not to loosen or 28 cavc-in the trench wall�. Any such damage vvill be excavated and will be 29 bacl�filled in mechanically tamped lifts not �a e�ce�d eight inches and will be re- 30 constructed. 31 32 33 34 35 36 37 3$ 39 3,0� SETTLEMENT: Aiter the trench k�as been backfilled it sha11 be thorougl�ly soalced. This process shall be repeated two times allovving i.h.e bacl�f'ill material to dry twenty-fout� hours before wetti�g again_ END OF SECTION Revision Log DATE NAME SZ1IvIIv1AR'Y QF CHANGE C1TY OF FOItT WORTH Play��ound Repl�cemsnt at OakU�ust, Wprth Heights> Ha�•rold Park STANDARn COIVSTI�UCTION SPECIFICATION DDGUMENTS 102464, 102465, ]02463 1 I 66 I2 STTE [lN17�TZD12AIr75 Eage 3 of 3 CTI'Y OF FORT WQRTIi Playgroiicid Replacement al Qakhiusi, Wa�th I3eights, Harrold Park STANDA.Rb CO%fS'I'RUC"i'ION SPECIFICATION DOCUMENTS 1024G4, 102�4G5, ] 02463 116713 51TE FTIRNISHINGS Yage l of 5 2 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS SECTION 11 6'� 13 SITE FURNISHINGS 5 A. Provisions established within the C`reneral aaad Supplementaty Gen�ral Conditians of 6 the Contract, Division 1- General Requirements, and the Drawings are eollectively 7 applicable to this �ection. 8 1.2 SCOPE 9 10 11 I2 13 14 15 16 17 A. War�C included: the work includes, but is not necessarily limited to: 1. Remove existing henches, picnic grills, trash receptaeles az�d picnic tables. 2. Furnish ar�d install exterior benches, litfer receptacles, pic�ic grills, �d �]1Ci11C tables. �. F�arnish and install basketball goal wiil� back board and netting. 4. Furnish and zustall concrete footin.gs for playground equiprn�nk. S, Funush and install concrete pads and walks. 6. Warranry and xepiaceznents 7. Provide touch-up paint 18 1.3 REFERENCES 19 20 21 22 23 24 25 26 27 28 z� 30 3I 32 33 34 35 3G 37 38 39 40 A. Requirements of Regulatt�zy Agencies: 1. Pe:rform work in accordance wi�h all applicable laws, codes and regulations required. B. American Association af State Highway azzd Transportation Officials (AASHTO}: 1. AASHTO LTS-4 - Standard Speciffcations for Structural Supports for Highway Sig��s, Luminaires and Traffic Signals C. ASTM Interna�ional (Farmerly Icnown as Amez�can Society for Testing and Materials): l, ASTM A123 - Speci�cation for Zinc (Hot-Dip �Gal�anized} Coatings on Txon and Steel Products 2. ASTM A325 - Standard Specifica�ion for Struetural Bolts, �teel, Heat Treated, 120/105 ksi Miniinum Tensile Strer�gtb 3. ASTM A507 � Standard Specification for Drawing Alloy SteeJ., Sheet and Strip, Hat- Rolled and Co1d�Rolled 4. ASTM BZ61B26M - Standard Speei�'icatzon far A�uminum-Alloy Sand Castings 5. ASTM B85 -�tandard Specificakion fox Aluminum-Alloy Die Castings 6. ASTM B 137 - Standard Test Method for Measurement of Coating Mass per L�nit Area on Anodically Coated Aluminum 7. ASTM B209 - Standard Specif'icat�on for Aluminum and Alutninur�a-Allay Sheet and Plate CITY OF FORT WORTH f'layground Replaceinenl at Oakliurst, Worth Heights, I�arc•old Pa�•Ec STANDARD CONSTEtUCTION SPECIFTCATIOIV DOCUMENTS ]02464, 1024bS, 1024G3 11 G7 13 S1TE FiTRNISHINGS Page 2 of 5 1 2 3 4 5 6 7 S 9 1a I1 12 13 14 15 16 17 18 19 2� 21 22 23 24 0 E. F S. ASTM B221 - 5tandard Specificatiota fox Altuxiinum and Alumi�um-Alloy Extruded Bars, Rods, Wi�e, Prbfiles, and Tubes 9. ASTM D635 - Standard Test Method for Rate of Burning aud/or Extent and Titr�e of Bt�rning of Plaskics in a Horzzo,nfal Position IQ. ASTM DIQSb - Standard Specification for Flexible Cellular Materials - Spon.ge or Expanded Rubbei 11. ASTM D I400 - Standard Test Mefhod for Nandestx-uctive Measurement ofi Dry Fz1m Thickness o�Nonconductive Coatings AppIied to a Nonferrous Metal Base 12. ASTM D2,240 - Standard Test Method for Rubber Properly - Duro:nr�eter Hardness Na�ional Fire Protection Association (NFPA}: NFPA 70 - National Electrical Code (NEC) The Society for Protecti�e Caatitags {Formeriy known as Steel Structures Painting Council) {SSPC): SSPC-SP 10 - Near-White Blast Cl�anin� iJnderwriiers Laborataries, Inc. (LTL): 1. UL 496 - UL Standard for Saf'ety Edison-Base Lampholders 2. UL, 508 - UL Standard far Safety Zndustrial Contxol Equipment 3. UL 542 - UL �tandard for Safety Lainpholders, Starters, and Starter Holders for Fluorescent Lamps 4, ITL 935 - UL St�ndard for Safety Fluorescent-Lamp Sallasts 5. i1L 1029 - UL Sfandax'd fbr Safety High-7ntensity-Discharge Lamp Ballasts 6. C1L 1598 - UL Standard for Safety Lumir�aires 25 1,3 QUAL�TY ASS7TRANCE 26 A. T�staller qualifications: minimtun of 5 years of e�perience in installation af site 27 furnishings and playground equipment. Provide docurnentation of specific prajeci 28 expexience and refexences as required by Owner. 29 L4 SUBMITTA.LS 3D A. Submit maizufacturer's product data and warra.nty �or each type of firrniture or material 3I specified, including finish and color iudicated including light pole and fixture. Submit 32 cui sheets for ADA signage, 33 B. 3� 35 C. 36 D, 37 38 39 E. 40 Submit foatiiig detail as recommen�ed by �e manu£acturer for each type of site furniture includin.g pavilinn. Submit manufacturer's instalIation iiistructions. Saxnp�es: 1. Subinit two samples 2x2 inch in size illustratizl� finish material and colar far substitutions. Sub�ittals to be suk�mitted to Landseape Architect for review and approval no less than b0 days prior to installation. 41 1.5 DELIVERY, STORAGE, AND IiANDLING CITY OF FORT WORTH Ylaygraund Replacement at Oul��urst, Wm�tf� f3eights, Harrold Parlc STANDARD COIVSTRUCTION SPECIFiCATION DQGUMENTS 1024G4, 1U2465, 102463 l l b7 l3 Sl"]'E FURNISHINGS Page 3 of 5 1 A. 2 B. 3 4 C. 5 6 7 S 9 1p 11 Remove designated e�sting benches and picnic tables. k'uz'nisln al1 materials in nzanufacturer's unopened, original cantainers, bearing original labels showiug quantity, description. and name .of manufacturer. Deliver and w�load at the site on pallets and bound in such a ma.nner that r�o da�age accuxs to the product. D. Store products in a manner which wi11 preclude all damages. Damaged materials wi� be rejected. Rerazove aII damaged materials from the job site ir�mediateIy, and replace at no cost to tile Qwner. E. Ftunish suiiable equzpment and locate all site furnishing mate:rials carefully and efficiently. Lift materials using lifting inserts provided by tlie manu£acturer where applicable. 12 F. Pratect site furniture and accessories from damage until final acceptance. Owner 13 reserves right ta reject s�te fizrniture damaged prior to and during and a�t�r installation. 14 PART � PRODUCTS 15 ti.1 16 A. 17 B. I S. 19 20 21 22 23 24 2S 26 27 28 29 MANUFACTiTRERS OF EQUIPMENT, STTE FLTRNITLTRE AND ACCESSORiES Accepta�le Manufacturer� are listed on the drawings. All playground ec�aipment is pre-appraved equipment. All remaining components structures are subject fox substihztion. C. Substitutioiis: Under pro�rision.s of General and Special Conditions and Drawings. Substitutions must he of equal quality of ��terial and finish specified. All substitutians must be approved by Park aud Recreaiion Departxnent and Landscape Architect prior to bid submzttal with explanation af variances tn speci£'ied iterns. D. General Requirements far Mot�uti.z�g �'ales for signs: 1. Mour�ting poles: 5tee1, straight, raund, and as shown. Comp.lete assembly of �chor bolts, po1e, arms, and luminaire desigr►ed tn rrriilastaxtd wind pressure (P) develaped by wind sp�ed (V) o� SO M�'H, in accordance with AASHTO LTS-4. Pole assembly to be designed iva accordance with AASH'I'O r�q�irements �oz- perrnissible stresses, deflection, vibrafian, and fatigue. Raiio of deflection to pole k�eight under action of applicabl� static laadi�g not to exceed II�O. 30 2.2 CONCRETE 31 A. A�TM C94 ready rnixed concrete, minimum 28 day cornpressive strength of 3,OOQ psi, 32 air-entrair�ed 2% to 45. 33 34 B. Grout: Section 03305, "I'ortland Cement Concrete", nonshrink. Wher� recommended by 3S manufacturer. Priine surfaces to be grouted CETY OF FQRT WORTH Pllyground Iteplacement at Oakhm•st, Wortli Heiglits, Hx��i�o]d Park 5TANDARD CDNSTRUCTION SPEGIFICATION ]�OCFJMIENTS ID2�464, l024b5, ]p24G3 ]16713 S[TE FUANISHfNGS Page 4 of 5 1 �..3 FINISHE� 2 A. Specified on drawings. 3 PART 3 E�CUT�[lN � 3.1 5 A. 6 7 B. S 3.2 9 A. 16 B. 11 12 C. 13 14 15 D. lb l7 18 19 20 3,4 zi A. 22 23 B. 24 C, 25 D. 26 E. 27 28 F. 29 30 3.5 INSPECTI4N Exatni�ue final �ad�s and installation conditions. Do not pxaceed with work un�il unsatisfactory eonditions are carrected. Beginning oF installation means acceptance of existing conditions. PREPARATION Remave foreign snbstances fraan surfaces to receive metal items. Locate and layout all site furniture and site accessaxies. Obtain Owtier's Representative's acceptar�ce of layout prior to instaliafiora. Coordinale setting drawings, diagrazns, tez�plates, instructians and directions for the i�:stallatzon of items having integral anchors which are to he enrzE�edded in concr�te canstruction. Coordinate deLivery af such items wiih concrete worIc. Restore protecti�e covering that have been damaged i�. shipmen� or in the installation of the item. Rezrtove protective covering from surfaces only when there is no po�sibility o£ damage frorn worl� yet to be perfox:�xied after installation. Retain covering an all si:tni].a,rly finisked items and remove only when all are in plaee to preclude non- unifor�n oxidatian and discoloration. INSTALLATION OF SITE Fi]RNISHINGS 7nsta1l where aild as shauvn on plans and details, I�xstall per Manuiacl:urer's directions. Iustall all pieces level and pl�unb. Provide and insfall vandal-proni anchors into pavement to secure the sit� fiunisk�is�gs. Paint e�posed installatidn hardware io match furrushing color. Shun and Ie�el furnishiiigs as required at approved locatio�s. Guard again.st staining or damaging of existing pavements and pl.a:p.tings where site furnishings are to be installed. Provide Owner with znanufacturer's touch-up paint (1 pint minimum) far each painied fi�rnisl�ing. 5upply literaiure necessary for arderitxg touch-up paint at a later date. TOLERANCES CITY OF FORT WORTH Play�rottnd ReplacemenC aL Oal�llwst, Wor#1� I-Ieights, Harrold Park S'CAN17ARb CONSTRUCTIQN SPECIFICATION TiOCUM�NTS [02464, IQ2465, IU24G3 [ 1 G7 l3 S1TE FURNiST-iII�lGS Yage 5 nf 5 1 A. 2 3.6 3 A. 4 5 6 3.7 7 A. 8 9 B, 10 11 C. 12 13 1� 15 16 1'7 18 Max.imurn �aria#ion From Plumb: 1132 inch per faot, CLEANING PerForm cleaning during instalIation of the work ar�d upon coinpletion of f�e wark. Maintain clean surfaces izntil �'inai acceptance. Remove from site alI debris and equi�ment. Repair all daKnage resulting from play �'ields and equipment installation. CLEANINGITOUCH-UP As Work proceeds, promptly rennove concrete where spilled, splashed, ar spattered onta site furniture. During progress of Work maiutain premises free nf uz�tzecessary accurnulation oi tools, equipzzae�t, sur�lus maierials, and debris. Perfarm clea.ning during installatian of the worlc and upon co�x�.pletion of the work. Maintain clean surfaces untiT final acceptance. Remove from site all debris as�d equipment, Repair aIl damage result�ing from fu.rnituxe and equipment installation. Repl�ace damaged furniture as requested by the Owner's Representafiive. END OF SECTION Revisian LQg DATE NAME SUMMARY OF CHANGE [2010 7AN �b] 19 CITY OF FORT WQATH Pl�y�•ound Replacemenl at Oal€hurst, Worth Haiglits, Harrold Park STANDARB CONSTI2UCTION SPECIFICA,TIpN DOCUIvILNTS 1U2464, 1.024bS, ]02�b3 11 d$ 14- 1 PLAYGROUND EQiJIf'M�NT Page 1 of4 1 2 3 PART 1 - (rENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 IS Ib I7 SECTYON 11 6814 PLAYGROUND EQT.TTPMENT A. Section Includes: 1. Camposite PLayground Si;ructuz'e 2. Rop� Clunber 3. Spring Rider �, Swing Structure B. Related Specification Sections include but are not neeessarily limited to 1. Divisinn 0- Bidding Requirements, Contract Farms, and Conditions of the Contract, 2. Division 1- General Requiremeuts. 3. Seciion l I 6$ 13 - Site Furnishings 4. Seciian ll 68 16 - Wood Fiber Playground SurFacing 5. Section 32 13 13 - Concrete Paving 18 L2 PRICE AND PAYMENT PROCEDIIRE� 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 A. Measurerneut and Payment 1. Measurement a. Measurement for this Item shatl be lut�p su�n complete in place 2. �ayznant a. The work performed and the materials furnished ui accordance with this Item shall be paid for at the unit price bid per 1u�np suna 3, The price bzd shall include: a. Fwrnishing and i�stalling the specified Inlet b, Mobilization c. Excavation d. Hauli�g e. Disposal of excess materials f. Excavation, forming, backfiTl and compact'ton of footiiags g. Concxete h. Reinforcing steel i. Clean-up 3 5 ] .3 REFERENCE� 3 6 A. Abbreviaiions and Acronyms 37 1. CPSC — U.S, Coilsumer Product Safety Caminissinn 3 S 2. IPEMA - Inte:rnational Play Equipment Manufacture�s Assaciat�o�. 39 3. TAS — Texas Acce,�sibility Standard CTT'Y QF FQRT WORT'FI Ylaygroimd Re�laceinent at Oalt�turst, Woi�� 73eigi�ts, Harrold Pa!•k STANJ�ARD CON3TRUCTI03� SPECiFICA7'CON bOCl7MENTS [0246�, 102465, ]02463 I 1 68 14- 2 PLAYGROUNl7 EQUIPM�NT Page 2 af 4 1 2 3 4 5 G 1.4 7 1.5 8 9 10 11 L6 12 13 14 15 16 17 18 19 20 21 22 23 24 1.7 25 2b 27 28 29 1.8 30 3I 4, TDLR — Texas Department af Licensing and Regulation B. Refercnce Star�dards 1. ASTM Desig�.atio:a FIA�87 {Standard Cansluner Satety PerFormance Specit"zcation 2. ASTM Desigi�afiion F1�F87 (5tandard Consumer Safety Performance Specification for Playground Equipment %r Public Use) ADMIPI�STRATN� REQUIREMENTS [N�T USED] SUBMITTALS A. Subzni�tals sha11 be in accardanee wi� Section fl1 33 00 B. Submittals must be received and approved by the Project Managex• prior to ordering equipanent. ACTION SUBNIITTALS/INFORMATIONAL SZTEMTTTAL� A. The Contractor shall be required to submit a Safety Plan indicating ihe use of temporary canstru.ction fencing, si�nage and barriers necessary to prevent park users firom utilizing unfinished equipmex�t for Owner approval at the Pre- Consfruction rne�ting. B. Submit man�f'acturers° dacumentation of product complia�ce wi� C�SC and ASTM F�A�87 Standards includi�g: l. All paints and otl�er sirnilar finzshes must meet th� current CPSC rcgulation for lead in paint (0.06 percent ma�imum lead by cl�y weight). 2. Regardless of ihe material or the treatment process, the manufacturer shaIl ensure that tl�e users of fhe playgrouud eq�ipment canr�ot inges�, inhale, ar ahsorb aaay potentzaily hazardous amounts of substances through body surfaces as a xesult of eontact with the equapm.ent. CL�SEOUT SUSM�TTALS A. Submitta�ls Prior to Proj ect Acceptance -- Contractor shall submit a11 n�aa�nufacturers ° literature to t.�e Project Manage:r prior to accept�ace of the project. This shali include: I. Operatian and Maintenance Manuals 2, WarrantyfGuaraxat�e Docutnentation MAINTENANCE MATERIAL �UBIVIITTAL� A. Spare Parts B. Extra �tock Materials 32 C. Tools 33 ] .9 QUALTTY ASSURANCE 34 A, Qualifications 35 1. Maziufactut'ers 3b 37 2. Suppliers 3. Fabricators CITY OF NORT WQRTH Pla.yground Replaceulent at Oakl�w^st, Wartl� 1�Ieigk�rs, H�rcold Park STAN17AI2D COI�ISTRUCTTON SPECiFICATIpN DOCIJME�TS 102444, L024G5, 1024G3 11 68 l�F- 3 PLAYG120TIN� �QUIPMENT Pege 3 of 4 1 2 3 4 5 6 7 S 9 10 11 12 13 1� 15 lb 1� 4. Insfallers / Applicators / Erecfoz•s 5. Testing Agez�c�es b. Licensed Professin�als B. Certifications C. Preconstruction 'I'esting D. Field [Site] Samples E. Maclt ups 1,1Q DEL�VERY, STORAGE, AND HANDLING A. Protect from inelement weatkae:r: t�et, damp, extreme heat or cold. B. Siore in a manner to prevent warpage, bowing Qr dainage. C. The Contractor will not b� aIlawed to deliver on site and irsstall ai�y playgraund equipment untiI graditlg, znow strip, subsurface drainage and a11 other hardseape items have been installed and approved by the Fraject Manager. The Co�atractor will be required ta renaave any equipm.ent from the site at own expense and at no additional cantract tanae if fotu�d to be in nan-compliauce to ihis specification nate, 1.11 WARR.ANTY A. Per manufacfure sp�cificatir�ns. 18 PART 2 - PRODUCTS 19 2.1 OWNER�FURNISHED PRODUC'I'S [NOT USED] 20 2.2 EQUIPMENT 21 A. Manufacturers 22 1. Approved play catnpo'�en.t structures for the seleet�d playground pratotype option �3 and ancillary equ�prneni are listed in the Materials List in tlae pla�s. 24 �.3 ACCESSORIES [N4T [TSED] 25 2.4 SO[1RCE QT7ALITY CONTROL jNOT USED] 26 PART 3 - EXECUTTON 27 31 EYAMI�NATION [NOT U�ED] 28 3.Z INSTALLERS 29 A. Substitutioil Limitations 30 3.3 PREPARATION 31 A. General: 32 I. Marl� paving removal limits for City appro�al priar to beginning removal. 33 2, Identify known utilities below grade - Stake and flag locations. C]TY OF FORT WORTH Playgraimd Rsplacement at Oakhurst, Woi3h Heigizts, Hat�•pld Park STAI�DARD CQ3+lSTRUCTJON Skk.C1FICATION DOCUME3�ITS [0246�4, l02�€65, i02463 I � G8 14-4 PLAYGRQUND EQUIPMENT F1ge 4 of 4 � �.Q� 2 3 4 5 6 7 8 3.S 9 3,6 ro rl I2 13 14 15 16 17 18 14 20 2l z2 23 24 INSTALLATION A. GENER�IL: All items shall be supplied by Co��tractar aiad install�d as per manufacturer's recoinmendatians. B, CONCRETE �'OOTINGS: The t"mished grade af all concrete fookings slaall be set a minr,mum twelve inches below ihe �nish grade of surfacing �naterial. C. FASTENERS: All nuts and bolts shall be upset and tacic welded ta prevent disassembly �n all ec�uipment that is not installed with specialized fa5teners. REPAIR [NOT U�ED] RE-INSTALLATION A. FALL ZONES: Contractor shall rrerify all fall zone clearanees onsite prior to �nstalling t11e equipment. Notify the Landscape Architect af any cozaflicts or discrepancies. The Contractor will be required to remove and reinstall any mow stri�s / hardscape at own ex�ense an.d at no additionai contract time if fall zone discre ancies are found and re ire remed . 3.� FIELD QIJAL�TY CUNTROL [NQT IISED] 3.8 SYSTEM STARTUP [NOT LISED] 3.9 ADJUSTING [NOT U'SED] 3.10 CLEANIN� [NOT USEDj 3.I1 CLOSEOUT ACT�'VZT�ES [NOT USED] 3.12 PROTECTION [NOT USEDI 3.13 MAINTENANCE [NOT USED] 3.1� ATTACHMENTS [NOT USED] END OF SECTION Revisio.n Log DAT� NAIV� SUMMARY OF CHANGE [2010 7AN 06] 25 CITI' pF FORT WORTH Plly�ounxl Raplacement at Oakhuist, Woitli Heigl�ts, Han�old Par[c STAIvDARD CONSTRUCTION SPECIFICATIQN DOCUMFN"I'S 1024s4, 102465, ]02463 i i �9 is WOOD FIBER PLAYGROUND SURFACING Page l oF6 1 2 3 4 5 6 7 $ 9 10 1,1 12 �.3 14 15 16 17 �.8 19 20 SECTION 116915 WOOD FIBER PLAYGROT_JND �URFACING PART 1— GENERAL 1.] SU1I�MARY A. Sectian Tncludes: 1. Co�nposife Playground Structure 2. Rope Climber 3. Sprin� Rider 4. Swing Structure B. ReIated �pecificafion Sections include but are not necessa�•ily limited ta 1. Di�ision 0- Bidding Requirements, Cantract Farms, and Conditions of the Contract. 2. Division 1- Genexal Requ�renae�ts. 3, Seetion 1 I 68 13 - 5ite �'urnishings 21 1.3� PRICE AND PAYMENT PROCEDTJItE� 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for ihis Item shall be lump sum complete in place 25 2. Payment 26 27 2$ 29 30 31 32 33 34 35 36 a, The work performed and the materials fu�•r�ished in accordance with this Item shall be paid for at the unit price bid per lump sum 3. The price bid sha11 include: a. Furnisi�ing and installing the specified Inlet b. Mobilization c. Excavatian d. Hauling e. Dispasal of excess rnaterials % Excavatian, �orming, hacicfll and eompaction of footings g. Clean.-up 37 1.3 REFERENCES 38 A. Abbreviatians and Acranyrns 39 I. CPSC — LT.S. Consumer Praduct Safety Commission 40 2. IPEMA - Tnternational Play �quipment Manufa�turers Association 41 3. TAS — Texas Accessibili#y Standard 42 4. TDLR — T�xas D�partm�nt of Licensirig and Regulataon CITY OF FORT WORTFl Playground Rep3acement at Oakl�urst, VUorth Hei�hts, Han•old Park STANDAI2D CONSTRi1CT10N SP�CLFTCATIDN llOCIIME�fTS 1424G4, I U2�465, 102463 116915 WOOD FIBER YLAYGAOUND SiJRPACING Page 2 of 6 43 44 45 46 47 1.4 A�S 1.5 49 50 5Z 52 1.6 53 54 55 56 57 58 59 6D 51 62 63 64 65 1.7 66 67 68 69 70 1.8 71 72 73 B. Reference Staudards l, ASTM Designation F1487 (Standard Consumer Safety Performance Specifica�ion 2. ASTM Designatian F1987 {Standal-d Consumer Safety Perf'ormance Specification for Playground Equiprnent for Public Use) ADNIIN�STRATIVE REQi)IREMENTS [NOT USED] SUBMITTALS A. �ubmitials shall he in accordan.ce with �ection O1 33 OQ B. Subrnitials must be received and approved by ti�e Froject Manager prior to ardering equipment. ACTION �UBNIITTALSfINRORMATI�NAL Si.iBM�TTALS A. The Contractor shall be required to submit a Sa�ely Plan indicating the use of temporary co�.structian %ncin� n�age and barriers necessary to prevent park users from utilizing unfinished equipment £or Or�ner approval at the Pre- Constructior� meeting. B. Submit manufacturers' documentataon a�produet coxr�pliance vvith CPSC and ASTM �14$7 Siandards including: 1. AI1 paints and ather similar £'mishes must meet the eurrent CPSC regulation for lead in paint (0.06 percent maxiu�um lead by d�y vveightj. 2, Regardless of the material or the treaix�oent process, tbe manufacturer shalI ensure that hhe users af the playground equipment cannot ingest, inhale, or absorb any patentially hazaa.•dous amovnts of substances thraugk� body surfaces as a result of contact with the equip�rzent. CLO�EOUT SiTB1VIITTALS A. Submiitals Prioz• to ProJect Acceptance — Cont�actor shalI submit a11 manufacturexs' literature to t�e 1'roject Manager prior to acceptance of the project. This shall include: 1. Operation and Maintenanee Manuals 2. Warranty/Guarantee Docutx�.enfation MAINTENANCE MATE1t�AL SUBM�TTALS A. Spare Parts B. Ext�a Stock Materzals C. Tools 74 1.9 QUALXTY ASSLTRANCE 75 A. Qnalifcatians 7fi 1. Manufacturers 77 �:3 79 2. Suppliers 3. FaUricatQrs 4. I�stailers / Applicators / Erectors C1TY OF FORT WORTH Ylaygrouttd lteplacement at Oal�hutst, Wvrth Heights, t-Lan�oId Pnrk STANDNtD CONSTIiUCTTON SPECIFICATIOI+I DOCUMEN'I'S 1024G4, 1p2465, 102463 I1 69 IS WOOD FIB�R YLAYGROUND Si1RFAC3NG Pa�e 3 of b 8Q $ �, 82 83 84 85 85 1.10 87 88 89 90 91 92 93 94 111 95 96 97 9S 99 10Q 101 10Z 103 ao� aos 106 107 10$ 109 110 111 112 113 114 115 116 �.1.7 118 119 12D 1Z1 1Z2 �Z3 5. Tes#ing Agencies 6. Licensed Professionals B. Certifications C. Precanstructian Testing D. Field [Site] Samples E, Mocic-ups DELIVERY, STORA.GE, �iND HANDLING A. Protect from inclement wea�er: wet, damp, extreme heat or co1d. B. Store in a manner to prevent ti,varpage, bowing or damage. C. r[`he Cont�•actoz• will not be allowed to deiiver on. site and install any playg�•ound equipment until grading, mow sti•ip, subsurface drainage and all other hardscape items have been installed and approved by the Project Manager. T`f�e Coniz-actor will Ue i•equired to retnove any equipment fi�om t��e site at own expeilse and at no additianal coiltract ti�me if found to be in non-complianee to this specification nate. WARR.ANTY A. Per maiiufacture specificatians. PART2—PRODUCTS 2.1 MATERiAI-S I�� : ENGINEERED WOOD FIBER SURFACING 1. Sui�facing maierial shall consist nf: a. Harctwnad tree staek in which 8�% of material is 1"-1112" in length X 114" to 3/8" diatneter maximum size, A delivery tick�t fro� the inilJ of origin will be required to verify that material is 100% h�dwood stock. b. The cont�actor shall be required to submit samples fot' approval. Howevei•, approval shaIl in no way mean accepfance of material delivered to the site in the event the Project Manager finds that the delivered material dnes not rneet specificat�ons. Tn the event that the material delivered to the project sites is found to E�e unaccepta6le, the Cantractar shall be required to rezn.o�e such niat�rial ofif the site and provide acceptable r�aterial. e. Softwood fibers, standat-d vvood chips, bark mulch, recycled wood f'rorzl pallets ar waste wood, shredded or otherwise, twigs, bar��,leaf debris or otlier organic inaterial incorporated within will not be acc�pted. 2. All material shall he compacted to the depth inct�cated on pla�s. DRAINAGE FABRTC CTI'X O�' FORT WORTH Play�raund Reµlacen�ent at Oakl�uist, Worth Heiglits, H�ralci Park STANDAI2.D CONSTRLICT103�! SPECIFICATION DOCUMENTS 10246�4, 102465, 102�}63 ir�sts WOOI7 FIBER PLAYG120UNB SURFACING Page 4 of G 124 12� 125 127 128 129 1�0 131 132 133 134 135 136 137 138 139 140 141 142 143 14� 1.45 146 1.47 148 �.49 150 151 152 153 154 155 156 �.57 15$ 159 1b0 161 162 163 �.64 165 1E6 �.67 168 169 170 171 172 173 C � 1. Product used shall be FibarFelt, DuraLiner, or aprQved equal polyester uonvvovezl engineering geatextile fabric. 2, Bidder will prowide enough ma.terial to aJ�o�v for 12" averlap on all seams. DI�IlVAGE MATRIX 1. 4" diameter ADS perforated pipe with sacic insfialled witlun the subgrade gravel trencii as indicated on plans. WEAR MATS I. Praduct used shall be per playground equipment rnanufacturer's recona�nendatian an,d meet A�TM F 1292-91 playground surfacing stazadard for a drop height not to exceed 3.5 feet. Must be instalfed under all swings and slides to preserve �vas�anty. Method of installation / anchorage shall be per manufacturer's recommendations. PART 3 - SPECIAL REQiJIl2EMENTS 3.1 QUALITY CONTROL A. The Bidder will provide the owner or its design.ated contractor with all necessary licenses prior to sta��t oi consteuction iz� aecordance with U. S. Patents. B. Supplier must pravide test results fpr impaet attenuation in accordance t�ith. ASTM F1292-93; Standard Speci�cation for Im�act Att�nuaYio�n of Surface Systems Under and Around Playground Equipmant. Resu�ts must be provided for new rnaterial and for S- year-old material. C. Testing must show "g° ratings of not mor� than 155g for tl�e 8" thic�C sy�tem, or 120g for tlae 12" system at I2' fall heights, and HIC values af less than 1,000 for b.oth new and 8- year-o1d inaterial. D. Produ.et must be wheelchair aecessible a:�d meet the requirements of �he 199Q Americax�.s with Disahilities Act {,A.DA} in accordance with ASTM I'583-97. E. The Bidder will provida copies of flammability testing procedures and results using (i) Section 15a0.44 of the Federal Hazardbus Substance Act, Title lb, Chapter II, Subchapter C, far rigid and pliable solids, and (ii) 16 CFR Part 163fl Standard for the Surface Flammabil'zty of Carpets and Rugs (FF 1-7D), Modified Procedure. Testing should be performed by an indap�ndent testing laboratory. F. The Bidder will provicie eopies di testang procedures and resulis of (i) new shredded wood fibre, and (ii) shredded wood fibre not less than five years old talcen from an existing site, performed by an independent festi�g source using th� ASTM �1292-9I playground safety surfacing sfan.dard. G. The Bidder will provide at least three references oihandicapped-accessible playgrounds that have been installed with said sur£ace. CTTY OF RORT WORTH Play�;rouud Replaee��ent at qalch�ust, IVprfli Heiglrts, Han�old Park S"i'ANIIAI2.D CONSTRUCTION SPECIEICATION DOCLTMENTS 102464, 102465, [024b3 [ 1 G9 IS WOOD FIBER PLAYC'iROYJNI] SLJR�ACING 1'age 5 of 6 174 175 176 177 178 �.79 180 18 �. 1.8z 18� 1$4 185 186 3.2 WARRANTY AlI fnaterials and labor wndex• tb.is Section sl�all be installed by a conteaetor autharized by the xnanuiachuer. Safety surface shall be warranted far labor and materials for a period of no less than two years. Writ:ten warranty musi be submitted by the ma.nufacture� and the aukharized installez-. PART 4 -- �XECUTION 187 4.1 188 4.2 189 190 4.3 191 192 193 �.4 194 195 196 �97 198 199 200 201 �E.S 2Q2 20� 204 20S 206 207 208 209 210 2�1 212 213 214 215 216 217 2�8 2�9 EXAM]NATION [N�T IISEDJ 1NSTALLERS A. Substitutian Limitatio�s PREPARATION A. Ips�aller shall thoroughly examine the site and specifications, carefully checicing the dimeizsions before starking work. SU$GRADE 1. Tk�e subgrade shail be graded a minimum af 1.5°/a (percent) — max. 2%0. All roots, stoiles, and vegetation shall he removed. 2. T�e drainage matrix must be connected ta i:he drainag� systezn. 3. The � est 6" of subgrade shall be compacted to at teast 95 percent of the dry density, as determined by the provisions o#' AASHTO or T 205, as rnodi�ed ii1203.24. APPLICATTON A. Wood fiber surfacing systeix� r�vzth gravel and sub drain. Install per plans and specifications. �. Aggregate Drainage Material i. Tnstall sub drain trench per plan. 2. Ca�er subgz•ade wit.� washed stane, 318" to 1/2" diametei•, at a unifozm depth af tlu•ee inches. 3. Install dz•aina�e fabric over drainag� aggregate, overlapping all seams by at least 12". Cut to iit arou.nd equipment as necessary and overlap seauas as previously �entzoned. 4. Install wood fiber safety surfacing at the depth indicatetl on pla��.s (conapacted� Contractnr shall be responsible for applying additional material as required in order to maintain safety surface �z�ish elevaiian and anticipated seftling for a periad o£sixty (b0) days followi�g project acceptance. CTTY pF FORT WORTH Piayground Replacement at Onkhurst, Woi#h Heigkus, Hlrrold Park STANDf1ItD COiVS.TRUCTION 5PEC1FICATIOIV Df7CUMENTS 1 Q2464, 102465, 1 U2453 iissls WOOD PIBER PI.AYGROCJND SURFAC➢VG Page 6 af 6 22Q 221 222 22� 224 zzs END OF SECTrON Revision Log DAT� NAME SUMMARY OF CHANGE CTI'Y OF PORT WORTH 5TAI�DARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Reylacement a[ Oalslmrst, Wortl� Heigl�Es, Han•o!d Park ]024G4,f02465,102463 31 lU 00 - I SITE C[.EARING Pa�e 1 af 6 1 2 3 PART l - GENERAL � 1.1 SUNIlI7:A.IZY 5 A. Section Includes: 6 7 8 9 10 I1 SECTION 31 10 00 STTE CLEARING 1. Preparat�on of right-of-way and other desiguated areas for constxuction operatians by remflving and disposing af all obstructions iiicluding clearing and grubbing and trees, when removal of such obsfiructions is not specifically shown on th� Drawangs to be paid by other Sec�ons. B. Deviations fram this City af Fort Worth Sta�dard 5peci#"ication l. None. 12 C. Related Speci�ication Sections iuclude but are not necessariIy limited to 13 1. Di�i�ion 0— Biddi��g Require�nen.ts, Cont�ract Forms and Canditions af t1�e Contract I4 2. Division 1-- General ReqLuremants 15 3. Section 02 41 13 — Selective Site Demolition 16 4. Section 02 41 14 — Utility RemovallAbaridonment 17 1.2 PRICE AND PAYMENT PRQCEDiTRES 18 19 20 2l 22 23 24 25 26 27 28 29 30 3I 32 33 34 35 36 37 38 39 �0 41 A. Measurement and Payment 1 2. Site Cl�arin� a. Measurement 1} Measurement for this Itein shall be by lump suin, square yard, or per acre. b. Payment I) The work performed and the materials furnzshed in accordafice with this Item shall be paid for at t.�e lurrip sum, square yard, or per aci•e pr•ice bid for "Site Clearing". c. Th.e price bid shall iilclude: 1} Prunin� af designated trees and shrubs 2} R�moval a,nd dispasal of structures and obstruetions (unl�ss sepa�ate bid item is pro�ided under p2 41 13 "Selecti�e Site Demolitioza or D2 41 14 "Utility Removal/Abandonme�t"). 3) Removal asid diaposal of trees under b-inch in diameter whe� bidd'rng hy Iuinp sum or square yard 4) Reznoval af ALL trees when bidding by acre_ 5} Backfilling ofholes 6) Clean-up Tree Removal (for trees {�inch or larger in diameter when Site Clearrng is bid by lump suz� ax square yard) a. Measur�ment I) Measl�remeat far this Item shall be per eac�. 2} Measurement of diaYneter £or tree removal sha11 be at standard "Diameter at Breast Height" or DBH, where Breast Height shalI be 54" above grade. CITY QF �'Q.R"f WORTH Pl�yground [teplacemenc at Oakhui�st, Wortk� Heights, EIatrald Park STANDARD CONSTRUCTION SPECIFICATION DQC[lME2VTS 102464, 1U2465, 1Q24fi3 Revised March 22, 2021 3l 1000-2 SIT� CLBr112T1VG Page � of 6 1 2 b 3 4 5 6 7 8 9 10 11 c. 12 13 14 15 16 17 18 19 zo 2] 22 23 24 25 2b 27 2$ 29 3Q 31 3) Paymenl: 1} The warlc perfaxmed and the materials furnished in accordance with this Itena sha1l be paid for at the unit piice bid per each `°Tree Reinoval" for: a) Various diameter ranges The price bid shall include: 1) Remor+al and dzspasal o� tz•ee, i�aclud7ng remaval of root to a depth at least 2 fooi helow grade 2} Grading and bacicfilling of holes 3} Excavation 4} Clean-up 3. Tree Removal �nd Transpla�tat�on a. Measureine�t 1} Measurement for this Item shallbe �er each. b. Payment 1) The vvork perfozxx�ed azad the materials furnished in acco.rdance with this Item shall be paad for at the unit price bid per each "Tree Transplaizt" for: aj Various diazneter ranges c. The price bid shall include: 1) 1'runing of designated trees and shruhs 2) IWlovin� tree witb t�uck mounted tree spade 3) Gradiiig a�d backfilling of holes 4) Replanting tree at temporary location (determined by Contractar} 5) Maintaining tree until Work is enmpleted 6) Replanting tz'ee inta originai or desiguated loca�ion 7) Excavation 8) Fertilizati�n 9) Mulching 10) Watering 1 I) Clean up 12} Warranty period 32 4. Tree Pratectian 33 a. Measurement 34 1) Measurement for this Itez�n shallbe per each as designated on Canstruction 35 Drawings far profectiaz� 36 37 38 39 40 41 42 43 44 4S 46 47 48 �9 b. Pay�ent 1) The worlc pe:rformed and the materials fiirnished in aceordance with tlus Itetn shall he pazd far at the unit price hid per each "Tree Protection" for: a) Various caliper ranges c. The price bid shall iiiclude: 1) Protection of �ree uiiIizing measures designated an Construction Dra�vings 2) Instailatian of work of barriers as designated on Construction Drawiz�gs 3) Maintenance af protection measures tl�roughout conskructaa� completed 4) Replattiing tree into original or designated locatian. 5) Excavation 6) Fertiltzaiion 7) Mulching 8) Cl�an up including re:moval on constrietion completion of protection measures CITY OF FORT WORTH Piayground Replacenient at Oakhurst, WoFtli HeighYs, Han'oId Park STANDARD CdNSTRUCTIO�V SPECIFiCATIqN DOCUMrNTS 102464, 102465, l02AG3 Revised March 22, 2D21 3l 1D00 -3 5[TE CL,�ARIIrIG Page 3 of 6 1 5. 2 1.3 REFERENCES [NOT USED] 3 1:4 ADNIINSTRATIVE REQ�2EMENTS 4 S 6 7 8 9 I (} 11 12 13 14 15 1G 17 18 19 20 21 22 23 A. Permits 1. Coniractor sha1I obtain 'I'ree Removal Permits and Urban �'orestry Permits as required by the City's Tr�e Ordi�a�lce. PARD Forestry details can be £aund here: Fores�•y — Welcome ta the City of Fort Worth (fortworthtexas,gov�Urban Farestry Compliance's ordinauc�e and requirements ar� within Zoning and can be found here: Zo�.ir�g —Welcozne to fhe City of Fort Worth (fart�vorthtexas.�ov�. B. Preinstallation Meetings 1. Hold a preliminary site clearing meetix� and include the Contractor, City Forester {if City owned tree) or representative af i7rban Foresfi�yy if privately owned trees), City Inspector, and the Project lbianager far the purpose of reviewing khc Contractor's tree remaval plan. Clearly mark all trees to remaiu on the pro j ect site prior to the meeting. 2. The Contractor will prc�vide fhe City with a Disposal Letter in accordance to Division 01. 1.5 SiTSN.[iTTALS [NOT USED] 1..6 ACTION Si7B1VIITTALS/INFORMATI�NAL SUBNIITTALS [NOT YISED] 1.7 CLOSEDUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBNIITTALS [NOT LTSED] 1.9 QUALITY ASSTJRANCE [N�T IISED] �..10 DEL�VERY, STORA,GE, AND ��ANDLING [NOT USED] 24 1.11 FIELD CONDITIONS [NOT USED] 25 1.12 WARR.ANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED) 27 PART 3 - EXECUTION 28 31 INSTALLERS [NOT USED] 29 3.� EXAMINATION jNOT USED] 30 31 32 3.3 PREPARATTON A. All txees identified to be pratected andlor preserved should be clearly flagged with survey tape as per Construction Drawings. CITY OF PORT WORTH Playground Keplacement af Oakhurst, Wortk� Hei�hts, Hairold Pa��k STl�NDt1Rb CONSTRiJC'1'IOIV SPECIFICATI�IV DOCUMENTS 1024bA, 1�24b5, 1024G3 Revised Mae�ch 22, 2021 � 3l 1000-4 SI7'E CLEARING Page 4 nf 6 I B. Follawin� taping an.d prior to any removals or site clearing, the Cont�actor shallmeet 2 with the City, the Engineer and the Lar�downex, if necessaxy, to confirm trees to be 3 sa�ed. 4 3.4 INSTALLATION 5 6 7 8 9 lfl 1] 12 13 14 15 lb I7 18 19 zn 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4D 41 42 43 �44 45 A. Protection of Trees 1. Protect designated trees and prune �rees and shrubs as shown on the Drawings. Refer to the Drawings for tree protection details. 2. If the Drawings do not provide tree protee�ion details, protected trees shall be fenced by placing 6-foot tall metal T-posts in a squaxe around the free t�•uni� with the corners loeated o� the canop� drip line, ux�less instructed otherwise, 3. When szte canditions do not allow for the 'T-posts to be installed at the drzp Ii�e, the T-posts may be installed no less than 8 feet from the tree tz�z�k. 4-foothigh 12'h gauge stock fencing or orange plastic snow fence sha11 be attached to f11e T posts to �oTl�1 �1e �nGioSLIT�, 4. 5. 6. 7. Far ciry-owned trees, PARD-Forestry permission required ta install protective fenciag inside of canopy dripline (Cri�ical Ro�t Zone). Addi�iollal trur�f� protection (claddin� is required when protective fencing is approved witlzin the Criiical Rao� Zone. Do not park �quipment, service equipnrient, stare materiais, or disturb tl�e roo1: area under fihe branches of trees desi�naied for preservation. W�en shown an the Drawxngs, treat cuts on trees with an appraved tree wou.nd dr�ssing within 30 minutes of making a pru.ning cut or other�rvise causing damage ta the tree. 8. Trees and brush shall be mulched on-site. a. Buiniug as a method of dispasal is nat allowed. B. Hazardous Materials 1. The Contxactor will notify t�e Engineer itnmediately zf an�y hazardous or questianable materials not shown on the Drawings are eneountered. This zncludes; but not Iinaifed to: a. Floor tiles b. Roof �.les c. Shingles d. Siding e. UtilitY p�P�� 2. The testing, removal, az�d disposai of ha�ardous materials will be in accordance with Divisiou 1. C. Site Clearing 1. Clear areas sho�v�1 on the Drawings of aIl obstructions, except thosE landscape features that are to be presezved. Such abstructions include, but are not limited to: a. Remains of buildings and other structures b. Fouiudatio�as c. Floor s�abs d. Cancrete e. Bricic f: LUrriber CITY OF FORT WORTH playground ReptacemenC al Oakhurst, WorCh Heights, Ha3-�•o1d.Par[c STANDARDCONSTTiiICTIO�ISPECIFICATIONIIOCUMENTS 10�464, ]02/�b5, ]024fi3 Revised Tvlarch 22, 2(}ZI 31 1000-5 SITE CLEAIZING Page S of 6 1 2 3 � 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 zo 21 22 23 24 25 2b 27 28 29 3Q 31 32 33 34 35 36 2 3. 4. 5 6 7 g. Plaster h. Septic tank drain fields i. Abandoned utility pipes or eonduits j . Ec�uipinent lc. Trees l. Fexaces m. Retaining walls n. Other ite�ns as speci�ed on the Dz-awings Reinove vegetat�on and otb.er landscape �eatures not designated for presez-vat�on, �hether abov� o:r belovv grour�d, including, hut not Iiinitea to: a. Curb and gutter b. Driveways c. Paved pa�•king areas d. Misccllaneous stone e. Sidewallcs f. Drainage �tructures g. Manholes h. Inlets i. Abandoned railraad tracics j. Scrap iron lc. Other debris Retnave culverts, storm sewers, manholes, and inlets in proper sequence to znaintain f,raffic and drainage in accardance with Seetio� 02 41 1�4. In areas receiving em.banl.cmen�, re��ove obstructions nat d�signated for preseivation to 2 feet below natural graund. Yn areas to be excavated, re�nove obstructions to 2 feet below tk�e excavatinn le�+el. In all other areas, remove obstructiails to 1 foot b�Iow natural grou�ld. When allawed by filie Drawings or directed by the Engineer, cut trees and sriunps off to growad level. a. Remo�al of existing structures shall be as per Section 02 41 13. D. Dispasal 1. Dispose of aIl irees within 24 hours of removal at ax► approved off-site faciiity. 2, All materials and debris removed be�ames the praper�y of the Contractor, uuless othez�wise staied a�a the Drawings. 3. The Cant�actor will dispose of material and dei�ris off-site in accordance with local, state, and federal laws and regulations. 37 3.5 REPATR [NOT USED] 38 3.6 RE-INSTA.LLAT�ON [NOT L1SED] 39 3.7 FIELD QUALITY CONTROL [NOT USED] 4a 3.8 �YST�M STARTLIP [NDT USED] 41 39 ADJUSTING [NOT USED] 42 A3 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVYTIES [NOT USED] CITY pP TQRT WQRTH Playground Replacement at dakl�urst, Wn3th Heights, Ha��•old Park STANDARD CONSTRUCTTON SPECTFICAT ION DOCU3viEI�iTS I D24G�}, 1024G5, 1 a2463 Revised March 22, 2021 31 1000 -b SIT� CLEARLAIG Pa�e 6 of 6 1 3.1� PR�TECT�ON [NOT USED] 2 313 MAINTENANCE [NOT USED� 3 3.14 ATTAC�NTS [NOT USED] 4 END OF SECT�ON Revision Lag DATE NA1V� SUN�ItY OF CHANGE 12/20/2012 D, dohnson 1.4.A Permits: Rerna�ed ordinance num6er and added City's website address 3122/2021 M Owen �•2 Clar'sfied measurement and payment. 1.4. Clarified administrative requirements. 3.4 Clariiied additiona] installation requirements for tree pro#ection and disposal. � CITY OF FORT WORTI� Play�ound Replacemcnt at Oakiiuist, �Vortlt Heights, Han�old Park STANDARD CONS'1'RUCT[QN SPECIFTCATTON BOCUMENTS 1�24G4, L024G5, 102463 Revised Ma�-eh 22, 2021 3L2316-1 UNCLA58IFI�D �XCAWATION Page l of 5 SECTION 31 23 16 � UNCLASSIFIED EXCAVATION �Text in Bl►�e is,�or i►afnr�rtation of� gui�farzce. Rer�xove all hlue t��t ira the firzal pt��ject docutn.ent.] 4 PART1- GENERAL 5 1.1 SUMMARY 6 A, Sec�ian Includes: 7 8 9 10 11 12 13 14 15 16 1. Excavate areas as sh�wn on the Drawings or as directed. Removal of materials en.cou�rztered tio the liz�es, grades, and fypzcal sections sho�,v�a on the Drawings arid rennoval fxonn. site. E�cavatzons naay i�clude co�sfructio�. af a. Ro adways b. Drainage Channels c. Sife Excavatiozz d. Excavation for �tructures e. Or any other operation involving the exc�vation oi on-�ite materials S. Deviations frain this City of Fort Worf:h �tandard Specii'ication 1. None. 17 C. Related 5pecification �ections inelude, but are not necessarily lirriited to: 18 I. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Divisio� I— General Requirements 20 3. Sectior� 31 23 23 — Borra�� 21 4. Section 31 24 00 — Embankinents 22 1.2 PRICE ANll pAYMENT PROCEDURES 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 A. Measurement and Payment CMeasarrernent and pay»zerzt nzethod i�2 this Specif cation shoaild coarda�2cate rvith tl3e n�a�ihod chose� in Sectian 31 �3 �3 and ,Sectiots 31 24 OO.J 1. Exca�atian by Plan Quantity �Tlzis t��et.hoc� �teyz�ires the Desigrz Er�.�ineer• to esti�aate quc�ntiiies. Car�e shoacld be talcera to verify calculatiora ��ocec�u��es ar�e ita accardc��zce yuith ��11 Speci�cuiion Sections.J a. Measuaren�ent 1) 1Vleasurement for this Item shall be by ihe cubic yard in its �inal position using the average e�d area method. Limits of ine.asurement are shown on the Drawings. 2) When measured by the cubic yard in its final position, this is a pl�n.c quantity measuremeni Item. The quantity to be paid is the quantity shown in tl�� proposal, unless modified by Article 11.0�4 of tt�e General Conditions. Additioiial measurements or calculaCions will be made if adjustments of quantities are required. b, Payment CI`TY OF FORT'WQR'I`1-1 PEayground Replacement at Oakhu�st, Worth Heiglrts, Harrold Park STANDARI3 CONSTRUCTI[7N SP�CIFICATIC)N DOCUMENTS L024b4, l024G5, lU2qG3 Ravised 7anuary 28, 2013 3I23I6-2 i]NCL:ASSIFIED EXCAVATlOt�l Page 2 0£ 5 1 2 3 4 5 6 7 8 9 io lI I2 13 14 15 16 17 18 19 zo 21 22 23 24 25 2b 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 1) The woric perfarmed and materials furnished in accordance with this Item and measured as pio�ided under "Measurem�nt" will be paid for at the unit price bid per cubic yard of "[7nclassified Excavation hy Plan". No additional cornpensation will be allowed for rock ox s�;rizllcage/swe11 factors, as these are the Contractar's respansibility. c. Tbe price bid shall include: 1} Excavation 2) Excavation Safety 3) Drying 4) Dust Control 5) Reworkii�g or reglacing the over excava�d r�aierial inrocic cuts b) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Sca�ri�catzon 9) Clean-up 2. Excavation by Surveyed Quantity �This frzetlaad is itatendecl fof• Proje�ts in heavily woot�ed ur•ec�s or �ther c�reas i�vlaere t1�e acctcf°cccy �'eqtcired to de�errnine c�tsantities fot- rneasztrerrtent ancl�ayrrle►at is atnattctinc�l�le dz�ring a'esigrx.� a. Measureme�.t 1) Measurem�nt for this Item shall be b� the cubic yard in its f naJ. posztion calculated using the average end area or composite method. a) The City will perform a xeference survey once 1:lie Site has been cleared ro obtain existiug ground conditions. b} The Cifiy ruill perform a�nal post-construction survey. c) The Contractor will be paid for the cubic yardage of Excavated material calculated as the difference between the two surveys. d) Partial payments will be based o� estimated plan quantaty measurements calculated by tiae Eugineer. b. �ayment 1) Tb.e work perforrned and materials furnished ir� accordance with t3iis Item and measured as provided und�r "Meas�rement" will be paid for at the unit price bid per eubic ya�rd of "Unclassi�ied EXcavation by Sur�ey". c. The price bid shall include: 1} �xcavation 2) �xcavatian �afety 3) Drying 4} Dust Contral 5) Rewarking or replacing the over exca�at�d rnaterial in rocic cuts 6) Hauling 7) Disposal of excess material not used elsewhere onsite 8) Scarification �) Clean-up 43 1.3 REFERENCES [NOT USED] 44 A. Definitions CITY OF FORT WOItTH Playground Replaceinent �t OAklmist, Wnrtli Heights, Harrald Park STANDARD CQNSTRUC7'ION SPECIFICATION DOCUMENTS 10�,4G4, i02465, 1024G3 Revised .Tanuary 28, 20 [ 3 31 23 1.6 - 3 iJNCI.AS3IFTED EXCAVATIOI�! Page 3 of5 1 1. Unclassified Excavatian — Witbaut re�ard to xr�ate:rials, a.Il e�.cavatians s�all be 2 considered unclassified and shall include aII m�terials exca�ated. Any reference to 3 Rock or other materials on the Drawiilgs or in the specificaiians is solely for the 4 City and the Contractor's int'�rr�ation and is not to be taken as a classificatian of 5 the excavation, b 1.4 ADMINSTRATNE REQULR.EMENTS 7 A. The C.ontractor wiIl provide the City with a Dispasal Letter in aceordance t� Division 8 O1. 9 1.5 SUBNIITTALS [NOT USED] 10 1..6 ACTION SUBM�TTALS/INFORMATIONAL $USMITTALS [NOT USED] 11 1.7 CLOSEOUT SUB1t�IITTt1LS [NOT USED] 12 1.$ MAINTENANCE MATERTAI. SUBIVIITTALS [NOT USED] l 3 1.9 QUALITY ASSiIRANCE 14 A. Excavatioz[ Safety 1 S 1. T�e Contractar shall be salely responsible for making aIl excavations in a safe 16 manner. r� 1$ 19 2fl 21 22 23 24 25 26 27 28. 29 30 31 32 33 34 35 36 37 2. All excavation aaad related sheeting and bracing shall comply with the requirements of OSHA excavation safety standards 29 CFR part I926 and state requirements. 110 DELIVERY, STORAGE, AND HANDLING A. Stazage 1. Wii:hin Existing Rights-of Way (ROW) a. Sail may b� stored within eacisting ROW, easemen.is or te:mparary constz�uction easeme�ts, unless specifically disallowed in the Contract Dacuments. b. Do not block drainage ways, inlets or driveways. c. Provide erosion conl�'aI in accordance with �ection 31 25 00. d. When the Work is per£armed in active traffic areas, store material�s only in areas barricaded as provided in the traffic control plans. e. In non paved areas, do not sCore �atsrial Qn klae root za�ae of any trees or ii� landscaped areas. 2. Desig�xated Storage Ar�as a. If the Contraet Docuinents do not allo�v the storage of spoils uvithin the ROW, easemez�t or temporary cQnstruction easement, the� secuz�e and maintain an adec�uate storage location. b, Pro�ide an a�fidavit that rights have been secured to stare the materials on private prnperty. c. Provide erosion control i� accordance with Section 31 25 00. d. Do noC block drainage ways. 38 1.11 rIELD CONDrTIONS 39 A. Existing Conditions C.[`I'X O� FOR7' W�ItTH Piaysround Replaeement at Oakliw•st, Wo�th Heiglits, Harrold Park STANDARD CON5TRUCTIOId SPECIFICATION DflCUMENTS 1024fi4, 192465, lfl2463 Revised January 28, 2013 31 23 L6 - � UNCLA5SIF'IEb EXCAVATION Page 4 of 5 1 1. Auy data which has been or may be provided on suhsurface condakions is not 2 intended as a representation ar warranty af accu�racy or continuity between soils. It 3 is expres�ly understood that neith�r the City nor f.he Engineer wi11 be responsible 4 for interpretatians or conclusions draw� there from by the Contractor. S 2. Data is mad� available �or the convenience of the Contractor. G 1.12 WARRANTY [NOT USEDj 7 PART � - PRODCTCTS [N�T USED] 8 2.l OWNER�FURNISHED [NOT U�EDJ 9 2.2 PRODUC'I' TYPES AND MATERTALS 1 � A. Materials 11 1. Unacceptable Fill Material 12 a. In-situ soils classified as ML, MH, PT, OL or OH in accordance with A�TM 13 D2487 14 PART 3 - EXECUTIOIV 15 3.1 INSTALLERS [NOT USED] 16 3a2 EXAMINATION [NOT iTSED] 17 18 19 20 21 22 23 24 25 26 27 28 29 30 3I 32. 33 34 35 36 3.3 PREPARATTON [NOT USED] 3.4 CONSTRUCTrON �. Accept ownership of unsuitaEale or excess material and dispose of nnaterial ofF site accordance vvith local, staie, and federal regulations at locations. B. Excavatians shall be perfornaed an tkie dry, and kept free from water, sno�ov az�d ice during construction with eh exception of water tha# is applied for dust control. C. Sep.arate Unacceptable Fill Material froin ather materials, rezxiove firom the Site and prnperly dispose according to disposal plan. • D. Maintain drainag� in ihe exca�vated area to avoid damag� to the roadway sectzons and praposed nr existzng structures. E. Correct any darrzage ta the subgrade caused by weather, at ��►o �dditional cost to tbe City. �. Shape slopes to avoid loasening rnaterial below or outside the proposed grades, Re�ove and dispose of slides as directed. G. Rock Cuts 1. E�cavate to finish grades. � 2. In the event of ov�r excavation due to contractor error belaw the liues and grades esta�lished in the Drawings, use approved embankment material compacted in accordance with Sectian 31 24 Ofl to replace tl2e aver excavated at �o additional cost to City. CTTY OF POTZT WORTH Piay�ottnd Replaceanent at OaEclmrst, Wortli Heights, Harrold Park STANI�ARD CONSTRUC'i`ION SP�CIPICATION DOCUNI�NTS 1D2464, 102465, 142463 Revised lanua�y 28, 20�3 31 23 !b - 5 UNCLASSIPIED EXCAVATIDN Pa�e 5 of 5 ] H. �3Y�1 �.1�5 2 1. Excavate to finish sabgrade 3 2. In the event of over exca�ation due to contractor error below the Iines and grades � established in the Drawiixgs, use approved ernbanlsment material compacted in 5 accordance with Sectian 3 I 24 00 to replace the aver excavated at no additional b cost to City. 7 3. Manipulate and campact subgrade in accordance with Seciion 3124 00. & 3.5 REPAiR [NOT USED] 9 3.5 RE-INSTALLATION [NOT USED] 10 3.7 FYELD QUALTTY CONTROL 11 A. Suhgrade Tolerances 12 1, Excavate to within 0.1 faot in all directians. 13 2. Tn areas oi over exca�ation, Contractor provides filI material approved by the Gity 14 at na e�pez�se to tbe City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT [TSED] 17 3.10 CLEANING INOT USED] 18 3.11 CLOSEOUT AGTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 2a 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 E1�iD OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I 2/2.012012 D. ]ohnson 12 - Measurement and Paynlent Section modified; B[ue Text added for cla�•ificatian 1/28113 D. 7ohnson 1.2 — Modified Bid Item names in payn�ent section to differentiate between Pa}rnaent Methods on bid ]ist. 23 CITY OF FORT WORTH Playground Replecetnent at Oekiiurst, Wor[ii Heights, Harruld Pack STANDARD CONSTT�UCTION SPECIFICATiON 170C1lMENTS 1024fi4, 1024fi5, 102�i63 Revised,January 2$, 2013 31 25 00 - ] EROSION AND SEDIMENT CONTROL Page 1 of 9 1 2 3 PART 1 � GENE�LAi, C���.�:lili� lu i_\ ti'1 5 6 7 8 9 10 A. Section. Jt�cludes: SECTION 31 2� 00 EROSTON AND SED7MENT CONTROL 1, Implementation of the project's Slarm Water Pollution Prevention Plan (SWPPP) and installation, ffiaintenance, removal of erosion ax�.d sedizx�.ent controis devices, and establishment of final stabilization. B. Deviations from this City of Fort Worth Standard Specification 1. Nane. 1l C. Related �peeification Sections include, but are notnecessarilylimiied ta: 12 1. Divzsion 0— Bidding Requzrements, Contract Forms and Conditians af the Contract I3 2. Divisia� 1— General Requir�ments 14 1.2 PRICE AND PAYMENT PR�CEDURES 15 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 3Q 31 �z 33 34 35 36 A. Measurement and Payment l, Storm Water Pollution Prevention Plan <1 acre a. Measureme�t 1) This Item is considered subsidiary to the vaxious Itez�ns bid. b. Payment 1} The work perfarnsed and the materials fuz�isl�ed in accardance wzth this Item are subsidiazy to the structure o:r Items being bid a�►d no other eompensation will be allawed. 2. Storm Water Pollutio� Pxeventiora. Plan > 1 acre a. Measurement for this ItEm shall be by lump sum. b. Payment I) The work performed and the materials furnished 'zn accordance w�th t,his Item shall be paid far at the luEnp sum price bid for "SWPPP � 1 acre". c. The price bid shall inclu�le: 1) Preparatio� of SWI'PP 2) Implementation 3) Pernr�itiix�g fees 4) InstaIlation S) Maintenance 6) Rert�aval 7} Qbtaining and/or coinplying with grading andlor ii11 perinits, if required $) Fina1 st.�biiization 37 1.3 REFERENCES 3 8 A. Refere�ce Standards 39 1. Reference standards cited in this Speci�cation refer to the current reference 40 standard published at ihe time oithe latest revision date logged at the en.d af this 41 Specification, unless a date is specifically eite.d. C1TY OP FORT WDR'I'i-I Playground Rep[acement at Oaklmrst, WortU Hei.�i�ts, Haz��old Park STANDARD CONSTRLiCTION SPECIFICATIpN DOCLTMTNTS 1024G4, 1024G5, 102463 Revised Apri129, 2fl21 3izsao-z EROSIDN AND SEDIMENT C�NTROL Page 2 oF 9 1 2 3 4 5 6 7 8 9 1Q 11 12 13 lA 1.4 2. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Tex�ile Fabrics Diaphragm Bursting Sfren�th Tester Method b. ASTM D4b32, Standard TestMethod far Grab Brealczng Load and Elongation of Geotextiles c. ASTM D4'751, Standard Test Method for Deter�g �pparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Ind�x Puncture Resistance of Geomembranes and Related Products 3. Texas Commission o� Environmental Quality (TCEQ) TPDES Gene�•al Permzt No. TXR15{i000 A�. TxDOT DepartmentalMaterial Speci�catiflns {DMS) a. DMS-(23p "Temporary ,Sediment Control Fence Fabric" ADA'IINISTRATIVE REQ[lIREMEIVTS [NOT USED] 15 1.5 SUBNIITTALS lb A. Storm Water Pollutio� Pre�entionPlan (SWPPP) 17 B. TCEQ Notice af Intent (NOI) for Storm Water Discharges Associated with 18 Construction Activity under the TPDES General P�mut 19 C. Cozastnictaoi� Site Notice �0 D, TCEQ Noiice o�Terr�ination (NOT) for St�rm Water Discharges Associated with 21 C�nstruction Activity under the TPDES General Pernv t 22 E. Notice of Change (if appIicable) 23 F. Gradiug and/or fill permit, if requir�d 2�4 25 1.6 ACTION SUSMITTALS/lNI'ORM�TIONAL �USNIITTALS [NOT [7SED] 26 1.i CLO�EOT3T SUBMITTALS �NOT USED] 27 1.8 MAINT�NANCE MATE1tYAL SUBMYTTALS [NOT USED] 28 1..9 QUAL�TY ASSURANCE [NOT USED] 29 1.].0 DEL�VERY, STOR.AGE AN.D HANDLING [N�T LTSED] �� 1.11 �+'IELD [S�TE] C�ND�T�ONS [NOT USED] 31 11� WARRANTY [NOT USED] 32 PART 2 - PR�DiJCTS 33 �1 OWNER FURNISFiED [on] OWNER-SUPPLTCD PRODUCTS [NOTUSED] 34 35 36 2.z PRODUCT TYPES AND MATER,�ALS A. Rocic Filter Da.r�as 1. Ag�regate CIT"Y OF FORT WORTH Playground Replace,�nent at Oakl�urst, WQtth Heigl�ts, H�rold Parlc STANDARD GQNSTRTJCTI03V SPEGIFICATIpN D.00LTMENTS ID2464, 102455, 102463 Revised April 29, 2Q21 �� zsaa-3 EItOSION AND SEDIMflNT CONTROL Page 3 of 9 I a. Furnish aggregate with hardness, dut�ability, cleanliness and resistance to 2 cruzx�bSing, flalcing and eroding acceptable to the Engineer. 3 b. Frovide the following: 4 1) Types 1, 2 and 4 RockFilter Dams 5 a} Use 3 to 6 znch aggi�egate. 6 2) Type 3 Roc1c Filter Da�ns 7 a) Use 4 to 8 inch aggregate. 9 IO 11 12 13 lA 15 16 l7 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire znesh and %e wires far Types 2 and 3 rock �'ilter dan� b. Type 4 dams xequire: 1) Dauble-twisted, hexagonalweave vaith anorninal mesh opening oi2'/s inches x 3 %a inches 2) Minirr►uin 0.�866 inch steelwire �'or netting 3) Minimuxn 0. ] 463 inch steel wire for selvages and car�ers 4) Minim�urx� 0.0866 inch for binding ar tie wire B. �eatextile Fabric 18 I. Place the aggregate ovex g�otextile �abric meeting th.e following criteria: 19 a. Tensile Strength of 2S0 patu�ds, per ASTM D4632 Z� b. Pu�ciure Strength of 135 pourids, per ASTM II�833 21 c. Mullen Burst Rate af 420 psi, per ASTM D3786 22 d. Apparent Opening Size of No. 20 (max), per ASTM D4751 23 C. Sta.bilized Co�struction Entrances 24 1. Pravide naaterials that meet the details shown on the Drawings and this Secti.on. 25 a. Pro�ide crushed aggregate far long and short-term construction exits. 26 b. Furnish aggregates that are clean, hard, durable and free fr�m adharent caatin.gs 27 such as salt, all�ali, dirt, clay, loam, shale, sofi� or flaky materials atad a�•gauic 28 and injurious matter. 29 e. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 30 d. The aggregate sha[I be placed ovex a geotextile fabric meeting the foIlowing 31 CY'1�BYI1: 32 1) Tensile SYrengtb of 300 paunds, per ASTM DA�b32 33 2j Puncture Strength af 120 pounds, per ASTM D4833 34 3} Mulle.n Burst Rate of 600 psi, �er ASTM D3786 35 4} Apparent Opening Size of Nn. 40 (max}, per ASTM D4751 36 37 38 i3!] D. Embankment for Eroszoza Cantrol 1. Provide rock, loaz�a, clay, topsoil or other earth materials that will form a stable embanlcment to zneet the i�tended use, E. Sandbags 40 1. Provide sandbag material af polypropylene, polyeihylene or polyamide wo�en 41 �abric wit11 a minimum unit weighti of 4 ounces per square yard, a Mullen burst- 42 strength exceEding 3a0 psi, and aza nitraviolet skability exceeding 7Q percent. 43 2. Use naturaI coarse sand or rnanufaetured sand meeting the gradation given in Table 44 l ta �ill sandbags. 45 3. Filled sandbags musi be 24 to 34 inches lo�:g, 16 to 18 inches wide, and 6 to 8 46 inches t�iick, CITl' Ok' FORT WORTH Playgrouud Aeplacement at Oalchurst, Woatlt Hei�E�ts, I-lan•old Park 3TANDARD CbNSTRUCT CON SFECIFICATION DOCUMENT,S 102�kG4, 1 Q2465, ] 02463 Revised Apri129, 2021 3 i 2s aa -4 ER05ION AND SEDIM�NT CONTROL Page 4 of 9 1 2 Ta�le 1 Sand Gradation Sieve # Ma�imurr► Retained (% by Weighf) 4 3 perceiit 100 80 percent 2QQ 95 percent 3 4 5 6 7 8 9 1� 11 12 13 14 15 lb 17 I8 I9 ?a 21 �. Temporary Sedirnevt Control Fence I. Provide a net-rei_nf'orced fence using woven geo-textile fabric. 2. Logos visible to t�e traveli�ag public vvill i�nt be allowed. a. Fabric �.) Provide fabric tnaterials in. accardamee with DMS-6230, "Temparary Sediment Control Fenee Fal�ric." h. Posts 1) Pro�ide essentially straight wood or steelposts with a mir�imum length oi 4$ inches, unless otherwise shown on the Drawings. 2) Soft wood pns�s must be at least 3 znches in diaffieter or nominal2 x 4 inch 3} Hardwood posts must have a minzzn.uz�a exoss-section of 1-I12 x 1-112 �ch A-) T- nr L-shaped steel posts must hav� a mini�um weight af I.3 potuids per faot. c. Net Reinforcement �) Provide net rein�'orcezxzent of at �east 12-1/2 gauge gal�ranized welded �,vire m�sh, with a maximum opening size of 2 x 4 inch, at l.east 24 inches wide, ttnless otherwise shoum on the Drawings. d. Staples 1} �'ro�vide staples �vi� a crown at least 3/4 inch wide and legs 112 inch long. 22 �.3 ACCESSORIES [NOT [1SED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 2� PART 3 - EXECU'I{iON 25 3.1 INSTALLERS [�T�TUSED� 2� 3.2 EXA11rIINATION [NOT i�SED] 27 3.3 PREPAItATION [NOT U�ED] 28 29 3d 31 32 33 34 3.4 INSTALLATION A. Storm Water �'ollution Prevention Plan 1. Develop and implement the praject's Storm Water PollutionPrevention Plan {SWPPP) in. accoxdan.ce with the TPDES Consf.ruction General Permit TXR150000 requirements. Prevent water �ollutian from storrn water ru�.off by using azad maintaining appropriate stnictural and nonstructural BMPs to reduce pollu�ants discharges ta the MS4 from the construction site. 35 B. ControlMeasures CITY OF FORT WORTH Playground Replaeemenl at Oakhuisl, Worfh Heigl�ts, Ha�-ro�d Park STANDAIt]] CONSTRUCTION 3PECiFICA.TION DOCUM�NTS 1U2464, 102465, 1p2463 Ctevised Apitl 29, 2021 3 l 25 00 - 5 EROSIaN ANA SEAWiENT CONTRQL Page 5 of 9 4 9 10 11 12 13 14 15 16 17 18 19 1, Implement control measures in the area to he disturbed before begiLuling construction, or as directed. Limit ihe disiurl�ance to the axea sho�v�a on the Drawings ar as directed. 2. Control site vvaste such as discarded building materials, concrete truckwashout wate:r, chezaaieals, litter and saraitary vvasf� af tlze constructian site. 3. If, in the opinian of the E�gineer, the Contractor cannot canttol soil erosion and sedirnentaiion resulfing from constructinn operations, �e Engineer will liz�ait the tiisturbed area to that which ihe Con#ractor is able to control. 4. Iinffiediately correct inefFective control m�asures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. S. Upon acceptance of vegetative coverr by tl7.e Gity, remave and dispose af all temporary control measures, temporary embanknients, bridges, matting, falsework, piling, debris, or other obstructions placed duriug construction that are not apart of the iuzished work, or as direc�ed. C. Do n�t Iacafe disposal azeas, stockpiles, or laaul raads in ai�y wetland, water body, or streambed. D. Da not install temparary eonstruction crossings in or across any water body without �e prior approval of t.he approp:riate resource age�.cy and the Engineer. 20 E. Provide protected storage area t'or paints, chemicals, sol�ents, and fertilizers at an 21 approved loca�ion. Keep paints, ch�micals, solvents, and fer�ilizers off bare grou.ud and 22 provide sheli�r �or stored chemicals. 23 24 25 F. Instaliation and Maintenance 1. Perfozm woz'k in accardance with t1�e TPDES Construct�on General Permit TXR15000fl. 26 2. When approved, sediments may be disposed oi within effibanla�nents, or in areas 27 where the material will not conb�ibute to fi�zther siItation and when appropriate 28 stabilizaiion is provzded. 29 3. Dispose of removed material in accordance with federal, state, and loeal 30 regulations. 31 4. Remove devices upon appro�al ar when direeted. 32 a. Upan removal, finis�-grade and dress the area. 33 b. Stabilize dis.turbed areas in accordance with the permit, and as shown on the 34 Drawings or directed. 35 36 3`7 3$ 39 4D 41 42 5. Tbe Cantractor retains ownership of stockpiled material and must remove it from the proj ect when new ins#allations or replacements are no longer rec�uired. G. Roek Filter Dams fox Erosia� Contral 1. Remove trees, brush, stum.ps and otlaer objectzo:aable ��aaterzal that �y inte�ere with the construction of'rocic filter dams. 2. Place sandhags as a fouridatio.n when required or at the Contractor's optior�. 3. For Types l, 2, 3, and 5, place the aggregate to the lines, height, and slopes spaci�ied, v�ikhout undue voids. CITY OF FORT WORTH Playground Replace�nent at Oakhurst, Worth Heigl�ts, H�n�n1d Park STAI�tDARL� COI�ISTRUCT[pAI SPECIFICATEON DOCIiMENTS �Q2464, L024fi5, 102463 Revised Apri129, 2U21 3i asoa-s EROSION ANB SEIJIMENT COTITRDL Page G of 5 1 4. For Types 2 and 3, place Che aggregate on the mesh and then fold ihe mesh al: t11e 2 upstream side over the aggregate an.d �ecure zt to itself o� the downstream side with 3 wire ties, or hog rings, at as directed. 4 5. Place rocl�. fzlter dams perpendicular to the flvw af the stream or channel unless 5 atherwise directed. 6 7 $ 9 la 11 I2 13 I4 15 16 I7 IS I9 20 21 22 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 6, Construct filter dams according to the fbllowing criteria, unless otherwise shown an the Drawings: a. Type 1 {Non-reinfarced) J} Height - At Ie,ast 18 inches measured �et�ically froin e�cisting ground to top of �lter dam 2} Top Widtb - At least 2�'eet 3} 5lopes - At most 2:1 b. Type 2 (Reinforced) l} Height - At least 18 inches �easured vertically frorn exisl:ing ground t� top of'filter darn 2} Top Width - At least 2 feet 3} Slopes - At mast 2:1 e. Type 3 (Reinfarced) 1) Height - At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width. - At Ieast 2 feet 3) 5lopes - At most 2:1 d. Type 4 (Sack Gabions} 1) Unfold sack gabio�s and smoath aut lcinlcs and bends. 2) Far vertieal f lling, ca�nect the sides by laci�g in a single loop—dauble laop pattern on 4- to 5-inches spacin�. At 1 end, pu�I the end lacing rod uniil tight, wrap around th� �nd, and twisi 4 times. At t.kie filli�g end, fill with stone, pull ihe rod tight, cut the wire with appra�ci�nately 6 inches remaining, aud twist wires 4 times. 3) Far horizoiltal fillixlg, place sack flat in a�illing trough, �11 wi�h stone, and connec�: sides and sec�re ends as described abo�e. A-) Lift and place without dama�ing the gabion. S) Shape sacic gahians to existi�.g cantour�. e. Type 5 I) �ravtde rock filter dams as shown un the Drawings. H. Constr�zction En�rances 37 1. Wh�n tracking conditions exist, preve�t traffic from crossing ar e�ting the 3$ canstruction site or moving directly onto apublic roadway, alle�, sidewall�, parki�g 39 area, or ather right of way areas other than at t$e l.ocation of const�-uction entr'ances. 40 41 �2 �3 44 �5 46 2, Place the e�t over a foundation course, if necessazy. a. Grad� f;he foundat�an course ar compacted subgrade to direct runoff from itte consiaruction e�its to a sediment trap as shown on tke Drawings or as directed. 3. At drive approaches, malce suz'e the eflnstruetion e�trance is the full width of'the drive and meets t}�� length shown on tl�e Drawings. a. The width shall be at least 14 feet for 1-way and 24 feet for 2-way traffic for all ath�r points of ingress or egress or as directe.d by the Engine�r. 47 I. Earthwork for Erosio� Coutrol C1TY OF PORT WORT�I Playground iteplacement ai Dakt�urst, Worth �leigl�ts, Hanrold Pu�k STANi7AR.D CpIYSTRUCTIDN SPECIFICAT"ION DOCCJMENTS 1D24b4, 102465, 1024G3 Re�ised April 29, 2021 � � z� ao -� �R05ION AND SEDDViENT CONTROL Page 7 of 9 1 1. Perfor� excavation and embanl�rnent operations to minimize erosion aJnd t� re�av� 2 collected secliments frorn of,�er erosion cont�aldevices. 3 a. Excavation and Em�ankment for Erosion ContraiMeasures 4 1) Place eart� dikes, swales or combina�ions ofhoth alon� tile low crown of 5 daily lift placement, or as directed, to prevent nuaoff spillovex. 5 2) Place swales and ciiil�es at otl�er lacatiaz�s as shpwn on the Drawings or as 7 directed to prevent runoff spillover or to divert runoif S 3) Construet cuts with the lovv end blocked with undisturbed earth to pre�rent 9 10 J.1 12 13 14 15 16 17 18 19 20 21 2,2 23 2A 25 26 27 28 29 30 31 32 33 34 1. Provide temporaty sedimei�t-control fence near the downstrea�x� pezimeter oi a disturbed area to intercept sediment from sheet flot�. 35 2. Incorporate the fence into erasion-control measuxes used ta cantral sediment in 3b areas af higher flow. Tnstall the fence as shown nn the Drawings, as specified in this 37 Sectian, or as directed by the En�ine�r or City represen.tat�ve, 38 a. Past Installation 39 40 41 42 43 44 45 46 47 J. erosion of hillsides, 4) Construct s�diment traps at drainage structures in eonjunction �vith other erosin� cnn�rol measures as s�own an the Drawings or as directed. 5) Where requised, create a s�diment ba�in pz'oviding 3,6Q0 cubic feet af storage per acre drained, or equivalent coniral measures for drainage lacat�ons that serve an area with 10 or rnore distur�ed acres at 1 time, not including offsite areas, b. Excavatio� o� Sediment and Debris 1} Remove sediment and debris when aceumulation affects the performance of the devices, aftex a rain, and when directed. 2} Remov� sediment f'rorn sediment traps and sedimentation ponds no latez than ihe �im� t;hat design eapaeity has been reduced by 50%. �andbags for Erosion Control 1. Construct a berm or dam of sandbags that vvill inte:rcept sediment-laden storm water runoff from distuxbed a.reas, create a retention por�d, detain sediment and release water ix� sheet flow. 2. Fill �ach bag with sand so �at at least the top 6 inches of the bag is unfilled tn allo�v for pz-oper tying of the open end. 3. Place the sandbags v�rith theix tied ends in the same direction. 4. Offset subsequent rows oi sandbags 1/2 Yhe lengkh a#' khe preceding row. 5. Place a single layer of sat�..dbags downstream as a seeondary debris trap. 6. Place additia�al sandbags as necessary or as directed for s�pplementary supp.ort fo berms or datns of sandbags or earth. K. Temporary Sediment-Coc�trolFence 1) Embed posts at least 1$ inches deep, ar adequately anel�or, if in rock, with a spacing of 6 to 8 feet and install on a slig�t angle toward tk�e run-off saiuce. b. Fabric Anchoring 1} Dig tren.ehes along the uphill side of tk�e fence to anchor 6 ta 8 inches of fabric. 2} Pxovide a minimum tt'ench cross-section of 6 x 6 inches 3) Place khe fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream directiion. �) Backf'ill the trench, then hand-tamp, CITY OP F07t7' WbRTH Play�round lteplacament at Oakl�urst, Worlk� Heights, Ha�ruld Pa�ic STIiNDARD CONSTRUC7'ION SPECIFICATION C30CUM�,NTS 1024fi4, ]024G5, 1024G3 Revised April 29, 2021 3 I 25 Qp - 8 ERQSIdN ANI3 SEDIMENT CQNTR�L Page 8 of 9 1 2 3 A- 5 6 7 8 9 1Q 11 I2 13 X4 1S 16 17 18 G. � Fabric and Net Reinforcem�nt Attachment 1) Unless atherwise shovvn. under the Drawin�s, attach the reinforcexnent to wooden posts with staples, or to steel posts with T-ciips, in at Ieast 4 places equally spaced. 2) Sewn vertical pock�ts may be used to �itach reinforcement to end posts. 3) Fasten tlae �'abxic to tlae top strand afreiufo�eer�aentby hog rings or cord e�ery 15 inches or less. Fabric and Net Splices 1) Laeate splices at a fence post u�ith a minimum la� of 6 inches attached in at least 6 places equally spaced, unless othe�vise shovun under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installa�ion of used temporary sediment-control fence include the follawing: a) Fabric with minimal or no visible signs of biode,gradation (weak fibers) b) Fahric withaut excessive patching (more than 1 patch every 15 to 20 feet) c) �'osts without bends d) Baeking withoutliol�s 19 3.5 REPAIRJRESTURATION [N�T USED] 20 3.6 RE-INSTALLA,TION [N�T USED] 21 3.7 FIELD [oR] SITE QLIAL�TY C�NTROL INOT IISED] 22 3.8 �YSTEM STARTUP [NOT USED] 23 3.9 ADJU�TING [NOT USEDI 24 3.10 CLEANING 25 A. Waste Mauagement 26 I. Remove sediment, debris a�ad litter as ueeded. 27 3.11 CLOSEOUT ACTIVITIES 28 A. Erosion control m�asures remain in place and are maintained until all soil disturbing 29 activities at the project sitehave been coFnpleted. 30 B, Establish a uiuform vegetati�e cover vvith a de�nsity of 70 pexcent on all unpaved areas, 31 nn areas not covered by permane�t structures, or i�z areas wlaere perzna�.ent erosioi�. 32 cniltrol measuxes (i.e. riprap, gabio�s, or geot�xtiles} hav� been eznployed. 33 C. Once vegetative cover is achieved, the contractor shall remove aIl terlaporary cos�trol 34 ax�easures, before fnalprojeci acceptance, It is the con�ractor's re�pansibility to remove 35 all #emporary eonirol ineasures, unless transfer of maintenance and subsequent removal 36 is tra��sferred to another eniity in writing. 37 38 D. Upon achievement of final stabilization, submii: NOT to TCEQ, and provide a copy of the NOT to the City of Fori Worth"s En�ironmental Quality Division, if requi�ed. 39 E. Coz�nplete and submit a�'inal Grading Certificate to Development Services, if required. CITY OF F012"I' WORT[-I Playground Replacement al Oaklsurst, Worth HeighEs, Hacrold Park STANbARD COIVSTRL7CTTON SP�CTF'TCAT'ION I)OCIIMEIVTS 102464, L0246S, 1024G3 Revised Apt�l 29, 2D2] 31 2500 -9 EROSION AND 5EDIMENT CONTROL Page 9 of 9 1 3.12 PROTECTION [NOT USED� 2 3.13 MAINTENANCE 3 A. InSt�II and maintain the integrity of teznporar}r erosion and sedimentation eantrol 4 devices to accumulate silt and debris until earthwark consiruction and pe;rnaneni 5 erasion control features are in place or the disturbed area has been adequa�ely stabilized 6 as determined by �the Engineer. 7 B. If a device ceases to funci�oii as intended, repair or replace ihe devi�e or portinns 8 thereof as necessary. 9 C, Perform inspections of the construction site as prescribed in the Constructinn General. 10 Permit TXR1500�0, l l D. Records oiinspections and madifca�ians based on tke results of inspections znusibe 12 maintained and availahle in accardanc� with the pernait, I3 3.14 ATTACAMENTS [NOT USEDj 14 15 END �F SECTION Reuision Log DATE NAME SUMMARY OF CIIANGE 1.1 A. f..l2evised Eanguage re: what section includes, 1,2 A. 2. c. Glarified items included in price, 1.5 Added iterns to list of submittals, 2.2Ravisad ianguage under April 29, 2021 M O�ren praduct types/rnaterials, 3.4 Revised language under "Installation", and 3.11 C. Added lajiguage to elarify responsibility to r�move temporary prateetion device and emphas�ze clearing pf RQW 16 CI7'Y OF FORT WORTH Playground Replacement at naklnust, Wo�tU Hei�hts, Hannld Park STAt�1DATtll CO1�IS7'12UCTION SPECIFICATION DOCUivT�NTS 102464, [02465, 102463 Aevised Ap3ti1 29, 2021 321313-1 CONCRETE PAVING Page L of 22 1 2 3 PART .1 - GENEI2A,I. 4 11 �iTMMA.RY 5 A. Section inciudes: 6 7 8 9 10 lI 12 I3 I4 SE�TION 32 1313 CONCRETE PAVING 1. Finished pa�ement constructed of Portland ceinent cancrete including monolithically poured curl� on the prepared subgrade or otlaer base caurse. B, Deviafions fram this City of Fort Worth Standard Speci�cation I. None. C. Related Specification Sections include, but are not necessarily liz�ited to: I. Division 0- Procurement and Contracting Rec�uirexnents 2. Divisio�a 1- General Requireme�ts 3. Section 32 01 29 - Goncrete Paving Repair 4. Section 32 13 73 - Concretc Paving Joint Sealan�s IS 1.� PRICE AND PAYMENT PR�CEDiJRES I6 17 18 I9 2Q 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement 2 3. Measurement a. Measur�ment fox this Iteffi sha11 be by t�e square yard of completed and accepted Concrete Pa�vez�n.ent i�a its �nal pasition as tneasured fram back.o:f curb for various: 1) Classes 2) Thicknesses Pay�nenf a. The work performed and materials furnished in accordance with this Itern wilI be paid for ai: �he unit price bid per square yard oi Concrete Pavement, The price bid shall include: a. Shaping and fine grading the plaeement area b. Furnishing and applying all water required c. Fu:r��ishing, loaditxg atzd u�Jaading, staring, hauiing a�d handling all cancrete ingxedients i��cluding all freight and royalty involved d. Mixing, placing, finishing and euring all concrete e. Furnishing and installing all reinforcing steel f�`uz'�ishing alI materials and placing longitudinal, watping, expansion, and caniractinn�oints, zz�cluding.all sfezl dor�els, dovvel caps and load transmissio� iuiits requir�d, �vire and devices far placi�g, holding and suppor�.n� �he steei bar, loa.d trans�nission cu�.its, and joint filler material i�. tbe proper posztion; for caating st�e1 bars wbere required by the Drawings g, Sealing joints h. Monolithically poured curb i. Cl�anup CITY OF FOR7' WORTH STANDARD CONSTRUCTION SPECII'ICATION DOCUMENT,� Revised Match 11, 2fl22 Flayground Replacement at Oalehurst, Wortli I-Ieigl�ts, Harrold Park 10246�,102465,1024�a 32 13 13 -2 CONCRE'[' E PAV ING Page 2 of 22 1 1.3 REI`ERENCES 2 A. Referen�e Standards 3 �. Referan.ce sfa.aadards cited in this specification refer to the cunreni refere�ce sfandard 4 published at the ki�ae o�t,�e latest revisio� date logg�d at t�e end ofthis S speci#'icakian, unless a date as specifically cited. 9 10 11 12 13 14 15 16 17 1$ 19 za Z] 22 23 24 25 26 27 28 29 3� 31 32 33 34 2. ASTM Int�x-national (AST11�: a. A6ISIAb1SM, DeformedandPlainBillet-5tee1 Bars forConcrete Reinforceinent b. C31, Standard Practice for Mak�ng and Curing Concrete Test Sp�cimens in the Field c. G33, Concrete Aggregates d. C39, Standard Test Met.�od for Compressive Strength of Cyiindrical Concrete Speeim.ens e. C42, Standard T�st Method far Obtaining and Tesfang Drilled Cores and Saw�d Beams of Concrete £ C941C94M, Standard Specifications for Ready-Mixed Conerete g. C 150, Portland Ceffient h, C595, Portland-Limesto.ne Cement i, G156, Standard Tesi Method for Water L4ss (from amortar specirnen) Through Liquid Me�brane-Forzxaiz�g Cuz�ing Coaa�paunds for Conerete j. C.172, Staz�dard Pract�ce far Sa�mpling Freshly Mixed Cancxete k. C2b0, Aix' Entraining Admixtures for Concrete I. C3p9, Liq�id Membrane-Forrrming Campounds for Cu.rzng Concrete, Type 2 m. C494, Chemical Admixtures far Concrete, Types "A", "D", "�"' and "G" n. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral Admixture i� Concrete o. C$81, Standard Specifcation for Epoxy-Resin-Base Bonding Systems for Concrete p, C lOb4, Standard Test Method far Temperature af Freshly Mixed Hydraulic- Cement Co�ac:rete q. C1602, Sta�dard Specification f�r Mixr�g Water Used in the Prnduction af Hydraulzc Cetnent Concrete. r. Db98, Laboratoty Compactian Claaracteristics of SoilUsing Standard Effort (12,4D0 ft-lbf/ft3} 35 3. American C.oncrete Institute {AC�: 36 a. ACI 305.I-14 Specificationfor Hat Weather Co.ncreting 37 b. ACI 306.1-9�, Standard Specification for Cold Weather Concreting 38 c. ACI 318, Building Code Requirements for �tructural Concrete arid 39 Corn�e�tary 4d 1.4 ADMIlVISTRATIVE REQUIItEMENTS [NOT USED] 41 LS SUBMTTTALS [NOT USED] 42 1.6 ACTION SUENIITTALSIIl�IT+'ORMATIONAL SUBNIITTALS 43 A. Mix Design: subm.it for appzoval. See Ztezn 2.4.A. CITY OF FQRT V470RTH P3ayground Replacement at Oakhu�st, Waitli Heigl�ts, Han•old P�u•k STANDAltD CO3�ISTRUCTION SPECIFICATI�N DOCUM�NTS Revised ivfamli l 1, 2D22 10246�1, 102465, 102463 32 13 l3 -3 CONCRETE PAVING Page 3 af 22 � x.7 cLosEouT suB�TT�,s �NOT usEn� 2 1.8 MAINTENANCE 11+IATERIAL SUBNIIT'TALS [NOT USED] 3 1.9 QUALrTY ASSURANCE [NOT USED] 4 110 DELYVERY, ST�RAGE, AND HANDLING [N�T USED] 5 1,11 FIELD CONDYTIONS b A.Weathei'Conditioils 7 8 9 10 11 12 13 14 I5 16 17 1$ 19 20 2I 22 23 24 25 26 27 28 1 2 i 4 Place cQncret� when eoncrete iernperature is bet�vee�a 40°F and 95°F wken measured in accardance with ASTM C 1 Q64 at poi�t of placement. Hat Weathex Conc:reting a, Concrete paving operations shall be appraved by the City project manager or designee vahen the concrete temperature exceeds 95°F. b. Corlcrete s��ll not be placed whe� concrete teinperature is aho�e 100�F under any circwnstances. Cold Weather Concreting a. No concrete shall be placed when a�nbieilt teknp in shade and away fram arti�icial heat is below 40°F a�d falling. �onc�ete may be placed when ambient tetn.p is above 3S°F and rising. Unless the City projectmanager or designee appro�es pa�ing to continue, suspend conci�e�ing operations if a descending aar temperature iv the shade and away fram artificial heat falls belaw 44°�'. Do not resume concreting operatinns until an asce�adi�ag air teznperature zn the shade and away fram artificial heat reaches 35°F and rising, Contractor should take all the precautions necessary to prev ent freezing of concrete. Frozeu canerete zmust be rcffioved and r�placed. Tt is to be distinctly understood that tk�e contraciox is responsible far the quality and strength nf the co�lcrete placed under auy weather condiiions. B. Time: Place concz�ete a�ter sunrise and r�o later khan shall permit ihe �inisY�ing of the pave�aaent in natural 1ig3�t, ar as du•ected by the City. 112 W�RRANTY [NOT iTSED] 29 PART Z - PRODi1CTS 30 2.1 OWNER-FURIVISHED PRODUCTS [NOT iTSED] 3I 32 33 34 35 36 37 38 2.2 MATERiALS A. Cementitious Material: ASTM C150, ASTM C595 Type IL Cetnent. B. Aggregates: ASTM C33. C. Water: ASTIVI C�b02. D.Adrriixttzres: When admixtur�s are used, corrformto the appropriate specification: 1. Air-Entraining Ad�nixt�res for Coz�crete: ASTM C2bQ. 2. Chemical Adrriixtures far Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash CITY OP F012T W�RTH STAIVDAI�D CQNSTRUCTI03d SPECIFICATION L70CUMENTS Revised IVfarch 1 l, 2�22 Playground Replacement at Oaklwrst, Wortiz �-Ieights, Harrold Park 102464, 102q6S, 1D24b3 m 32 l3 13 -4 CONCR�TH PA,VlI+]G Page 4 of 22 1 z 3 4 5 �r 7 8 R 10 11 12 13 14 15 16 17 1& a. Coal Fly Ash a.nd Raw ar Calcined NatuY-al Pazzolan. for Use in Concrete: ASTM C618. b. �'ly ash may be substituted at one pound per pound of cement up to 25% of the specified cer�aent cnntent when such batch design is apprflved by the Engineer. E. �teel Reinforcement: ASTM Ab15. F, Stee1 Wire Reinforcemeni: Not used for concrete gavement. G.Dowels and Tie Bars 1. Dowel and tie b.ars: ASTM A615. �, Dowel Caps a. Pravide and install dowel caps with enough range of movemeni fo allow complete clasure of t�e expansion join� b. Caps for dowel bars shaIl be of the Iength shovtim on the Drawings and shall have an internal diarneter suf�icient to permit the cap to freely slip over the bat. c, In no case shall the internal di�meter exceed the bar diam�ter by more 1/8 inch, and one end of khe ca�a shail be tightly elosed. 3. Epaxy for powel and Tie Bars: ASTM C881. a. See f411owing table for approved producers of epo�cies aud ad�tesi�es Pre-Qualified Producel•s ofEpoxies and Adhesives • P�'oduct Nam� Producer Concresive 1420 BA.SF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Pawers Fastenez•s C-6 Ramset-Redhead Epcon G-5 Ramset-Rec�head Pj�o-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Consi�uction Sezvic�s Ult��abond 1300 Tubes Adhesi�es Technfllogy i71t��abane 2300N.S. A-22-2300 Adb.esives Technology Slaw Set Dynapoxy ER�3� Pecora Cnrp. EDOT Simpson Strong Tie ET22 Sirnpson 5t�ongTie SET 22 Simpson Si�o�.g `I'ie SpecPoxy 3000FS SgecChei�r I9 20 21 22 b. Epaxy Use, Storage at�d Handlin�; 1) Paekage components in a.irtight co�tainers and protect from light and rnoisture. CiTY OF FORT WORTI� Playground Replacement at Oakhmst, Wortli HeigUts, Harrold Park STANDARD CON5TRi1CTIDN SP�CIPICATION BOCUML�NTS 1 Q2454, 1024b5, 1 n2463 RevisedMarcli 1 [, 2022 32 13 [3 -5 CONCItET� PAVING Page S of 22 1 2} Zi�clude detailed instructions for the applicatioii of the material and all 2 sa�ety infortxaation and warn.i.ngs regarding contacl with �he componenfs. 3 3) Epaxy label requzreznents 4 a) Resin or hard�ner components 5 b) Brand name 6 c) Nazz�e of manufacturer 7 d) Lot ar batch number 8 e) Temperature rang� for storage 9 � Date a��nufactuxe 10 g) Expira�ion date 1 i h) Quantity c�ntained 12 4) �tore epoxy and adhesive coix�.ponents at temperatures recommended by the T3 x�anufacturer, 14 5) Do not use darria�ed nr previously opened containers and any rnateiial that 15 shows evidence of czystallization, Lumps slcinning, exri�eme thickening, ox 16 settling of pigzxaenis tk�at canxzot be readily dispersed with norrnal ag.itation. 17 C�) �'ollow sound environrmental practices when disposing af epoxy a�id 18 adhesive wastes. 19 7) Dispose of all empty conYai�aers separately, 2p S) I]ispose of epaxy by completely emptying and n�ing the epoxy before 21 22 disposal H. Reinforcement Bar Chairs 23 I. Reinforcexnent bar chairs or suppn�rts shall be a� adequate strength to support the 24 reinforcernen.t baz-s and shall not bend or brealc �,tnder the vveight of the 25 reinforcement bars or Contractor's persoruiel wall�ing on the reinforcing bars. 26 2. Bar cl�airs inay be :tx�ade afinetal (free of rust), precast mortar or concrete blocl�.s or 27 plastic. 28 3. For approval af plastic chairs, representative samples ot`ih� plastic shall sho�v �ao 29 visible indications of deterioration a�er immersion in a 5-percent solution of 30 sodiu�.n hydroxide for I2Q-hours. 3] 32 33 34 35 3b 37 38 39 �ta 41 42 43 44 45 46 4. Bat' claairs �z��y be rejected for failure to meet any of the requirexnents of tlus speci�icatzon. I. �oint Filler 1. Joint �iller is the mater�al placed in cancrete pavement a.nd canerete structures to allaw for Yk�e expa�asion and aoiltraction of the cancrete. 2. Wood Boards: [Jsed as joi�.t ,�tller £ox concrete paving. a. Boards far expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in t,h� specifications. 1) Soards sha�l be of selected stocic of redwood ar cypress. The boards slaall be sound heartwood and slaall be free frorn sapwood, Icnots, clustered birdseyes, checks a�d splits. 2} Joint £�tller, boaxds, shalI be smQoth, flat and straight throughout, and skall be suf�ciently xigid to perrnit ease of instaliation. 3} Boards shall be furnished in lengths ec�ual to the widtl7 betWvee� Iongitudinal joints, and may be furnished in strips or scared sheet of ihe required shape. CITY OF FORT WORTI3 Playground Iteplace:uent at Oakhurst, Wo�ti� Heights, Han•old Park S'fANDAIiD CONSTRUCTION SPECIFICATIpN DpCiTIvjENTS 102464, 102455, 102463 Ravised March [ 1, 2022 3213C3-6 CONCRET� PAViI�iG Page 6 of 22 1 3. Dimensions. The thFcltness of the expansio$ jnint filler shall be shown on the 2 Drawi_ngs; the t�vidth sha11 be not less than that shown on the Drawzngs, providing 3 for tk�e top seal space. 4 4. Rejection. Expansion joint iiller may be rejected for failure to meet any of the 5 requirements of this specificatinz�. b J, Joint Sealants. Provide Joint Sealauts in accordance with Section 32 I 3?3. 7 K. G�ring Materials 9 1a 11 12 13 14 15 16 17 18 I9 20 21 22 23 24 25 26 2'7 28 29 30 d. e. f. h. Mem.brane-Forming Compounds. a. ConForm to the requireziaents of ASTM C309, Type 2, white pigr�xzented campaund and be of such nature t}�at it shall not produce permanent discolaraiion of e�oz�crete surfaces nor react deleteriously with the eoz�cret�. b. The cnmpound shallproduce a firn�, coa�tinuous uniform moisture-impermeable film free from pinholes and shaJ.l adhere sati�factarily ta the surfac�s of datnp concrete. It shall, whe�a appized to ti�e damp concrete su:riace at the speci�"ied rate of coverage, dry to touch in 1 hour and dry tivrough z�a not more than 4 hours under nor�aal conditions suitable for concrete opexations. rt shall adhere in a tenaciaus film without rir�ning off ar appreciably sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shallnot peel nr pick up under traffic and shall disappear fram the surface of the concrete by gradual disintegration. The compound shall be delzvered to flze job site in the manufactuxex's original cantainers nnly, whieh shall be eleaz�ly labeled with the �anufacturer's name, the trade name of the material and a batch nun�ber or symbol with �rhich test samples �y be correlated. When tested i n accordance with AS`I'M C 156 Standard Test Metk�od for Water Loss (£rarn a�ortar specimen} Through Liquid Membrane-�'oryning Curing Compaunds for Cancrete, the liquid membrane-�'arming compaund shallrestrict the loss of water present in the test specimen at the time of application of t�e curing compouud to not more than 0.01-oz.-per-2 inches of surface. 31 �.3 ACCESSORLES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL 33 A. Mix Design 34 1. Cancrete Mix Design and Control 35 a. The City has apre-appxoved list of concrete mix designs. Thepre-approved list 36 can be found on the City webszfe under Project Resources Folder. These mix 37 designs meet tl�e requirernents of applicable City specificatians ar�..d tk�e 38 Cantractor may use mix desi.gns froix� the list without the need for r�view and 39 appraval. The contractor shall natify the City in wriiin:g which mix zn the pre- 40 appraved lisf the co�tractor uses far a project. 41 b. For a mix design not included in the pre-approved list, tYze Cont.�'actor shall 42 submit a deszgn of the concrete mix it proposes ta use and a full deacription of 43 the saurce af supply oi each material component at least 1� cale�da.r days prior 44 ta the start of concrete paving operakzons. 4S c. The design of the concrete m� shall produce a quality cancrete cornplying with 46 these specifieations and shall iz�clude the followi�g inforrnation: CiTl' OF FORT WORTH playground Replacement a[ Oakl�uist, Wortl� Heigk�ts, Hairold Park STANDARDCONSTl2UCTIONSPECIPICATIOND�C;UMENTS ]024G4, ]024G5, 102463 RevisedMnrch l l, 2022 32 13 13 -7 CONCItET E FtLV17VG Page7of22 1 2 5 6 7 1� 11 12 13 14 15 1) DesignRequire�ents andDesign Sum��nary 2) Material source 3) Dry wezghf of cexr�en�/cubic yard and rype �) Dry weight of fly ash/cubic yard and type, if used 5} Saturated surFace dry �veight af �ne and cnarse aggre�ates/cubic yard b} Design water/cublc yard 7) Quantities, type, and name of admixtures with manufacturer's data sheets 8} CurrenC strength tests or strength tests in accordarxee witb. ACI 318 9} Current Sieve Analysis and -200 Decaiitation of fine and coarse aggregates a�d date o�`tests 10) k'ineness modulus oifine aggregate 11) Specific Crra�ity and Absorption Values of fine and caarse aggregates 12) L.A. Abrasion of coarse aggregates d. O nce tx�ix desi�n approved by City, maintain intent of mix design and maYimum water to. cement ratio. 16 e. Na concrete rnay be placed on the j oh site until the mix design has been 17 approved by the Ciry� 1$ 2. Quality of Cqncrete 19 a. Consisten.cy 20 1) In general, the consist�ncy of conerete mi�tures shallbe such that: 21 a) Morta�� shail cling to the coarse aggregate 22 b) �iggregate shall not s�gregate in concrete when it is transported to the 23 place of deposit 24 �) Concrete, when dropped directly fron:i iYie discharge chutc of t11e mixer, 25 shall flatten out at the center of the p.ile, but the edges of the pile shall 26 stand and not flow 27 d} Concrete and mortar shall show no free water vcrheza rremoved from flle 28 mixer 29 e) Concrete shall slide and �not flnw into place when traaspoi�ted in inetal 3D chutes at aa angle of 30 degrees with the horizontal 31 �} Surface of the finished eoncrete shallbe free frorz�. a surfaee �lm or 32 laitance 33 2) When �eld condiiions are such tha.t additional moisture is needed for flae 34 final concrete surface finishir�g ope:ration, the requir�d water shall be applied 35 to the st�rface by k�and sprayex only and be held to a muumum amaunt. 36 3) The concrete shall be worltable, cohesive, possess satisfactory finishing 37 qualities atld be of the stiffesf consistency that can be placed and vibrated into 3$ a homogeneous mass. 39 4) Exc�ssive bleeding sh�ll be a�oided. 40 5} If the strengCh or consistency required for the class of concrete being 41 produced is not secured with the iriinimum cement sp�cifie�I or withoui 42 exceeding the ma�mum water/ceme�t z'atio, tlie Contractormay use, or the 43 City may require, an approved ceroent dispersing agent (water reducer); or 44 the Gontractor shall furnish additianal aggregates, nr aggregates with 45 di��erent characteristics, or the Contractor may use additiolxal cenne:at in 46 ordex ta praduce the rec�uired results, 47 b} The additianal cement �ay be perxnitted as a temporary measure, until 48 aggiregates a�re changed ar�d designs checked with the different aggregates 49 or cement dispersing agent. C1TY OF TpRT WQRTH Play�nnund Replacement at Oakhuist, Worth Heights, Harrpld Park S7'A3dbAIt.D CONSTRUCTIOAI SPECIFICATION DOCi1ME�11'S 1024fi4, l Q2455, 102463 Revised March 1 I, 2422 3213l3-8 GONCR�TE PAV {I�fG Pa�e 8 of 22 1 2 4 5 6 7 10 ll L7 7) The Contractor is solely res�onsible for the quality ai Ghe conc:rete produced. $) The City reserves �e right to independently verify the c�uality of i:he concrete through inspectioz� of Xhe batch plant, testing of the vaxious materials us�d in t�ae concrete and by casting and testing concrete cyIindez,� or bea.ins on the concrete actually incorparated in the pavement. Sta.ndard Class I) Unless otherwise shown oz� the Dzawings or detailed specifications, the standard class fox pavement and related concrete for stre��s amd a[leys is show�. ia tk�e follor�ing table: CITI' OF FORT WORTH Playground Replaaement at Oakhurst, VJo�th Heiglits, Han�old Park ST'ANDARD CONSTRUCTTON SPECIFICATIdN DOCUMENTS 1024G4, 102465, 102463 Revised Mai�ch l 1, 2Q22 321313-9 CONCR�TE PAVING Fage 9 of 22 1 Standard Classes of Pav�ment and ReIated Concrete 2 3 4 5 6 7 8 9 1p lI 12 I3 14 15 16 17 I8 19 20 21 22 23 24 28 I]ay Coutse Minimum Min. Aggregat Cl�ss of Ce:nae�ntitiau Compressi M�' e GeneralUsage Concrete s �e v�/cm M�imu {Iafof�xnataonalOnly) � (Lb.1CY} Strengthz Ratio m �,��) Size (Inch) Sidewalks and �1DA A 470 3,OOa 0.5$ �_112 1•amPs, d�'iveways, curb & gut�er, median pav�meat Inlets, inanholes, junction 6oxes, CIP 470 3.0�.0 0.50 1-I12 �ncasement, blocl�ing, callars, lightpole foundations C 517 3,600 D.45 �_1/� Head�alls, wingwalls, culverts, drilled sha$s i' S17 3,600 D.45 1-112 Machine placed Paving H 564 4,500 0.45 1-112 Hand Placed �'aving HES Sb4 4,500 0.45 1-1/2 H�S Paving Bi7dge slabs, top sIabs of S Sb4 4,QQ0 0.45 I-1/2 diz•ect b'affic culverts, approachslabs l, All ex}�osed L�ariznntal conce�ete shall have a nuiiiinum oY 3% entrained-atr. 2, 1Vlinimum Compressive Streztgth Required. a) Concrete Sidewall�s and Curb & Guttex: Class A b) Cast-In�Place Conezete Structu�res: Class C]P and Class C c} Maehzxae-Laid coz�cz•ete: Ciass P d) Hand-Laid concrete: Class H e} Struciw'al Concrete: C1ass � �} High Early Sirength Concrete: Class HES (I) Wlaen sho�+n az� tlae Drawings or allowed, provid� Class HE,S concrete for very e.arly apenii�g of pavem�nts area or Ieave auts to tra�'�c. (2) Design class HES to meet the requirerrients of class specified for concxete paverr�ent and a minimum campressive strength of 2,600 psi in 24 hours, unless ot�er early strength �nd time requirements are shown on the Drawings allowed, c. Slu�rap 1) 51ump require�ents for pavement axid related co�crete �hall be as speeified in the following table: Concreie Pavement aad Related Concreie Slump Requirements Add classes of concrete Cancrete Use Recamz�n.en.ded �cceptable Design placement Slump, and Placem.ent {Inch) c i„H.,.. CITY pP FQRT WORTH 5TANDAItb CDNSTRiJCT [OI�! SP�CCFTCATI�N DOC[IIt�fENTS Revised March I 1, 2022 Plsyground ReplaCsmeRt nt O�kltuist, Wotth Hei�hts, Harroid Park 1024G4,102465,1024G3 32 13 13 - IO CONCRETE PAVING Page l0 of �.2 1 2 3 �} S 6 �IriC�t� 51ip-Form/Fortn-Riding Paving 1-112 1— 3 I�and Formed Pa�ing 4 3— 5 Headwalls, wingwalls, culverts, iulets, manhales, junctionboxes, encasement, hlocking, collars, Iightpole faundatians, � � � slabs, sidewallc, cut�b and guitet', concrete vaIley gutter and other xnisceilaneous conerete Dn le a s �z �a — 7 rz 2) No concrete shall be permitted with slump in excess af the ma�rnunns shawn. 3) Any concrete rnix failing to ra�.e�t the aba�e co�sistency requirements, although mee�ing the slunnp requirements, shall be considered unsaiisfactory, and the zni� shall be changed to correct such unsatisfactory conditions, 7 PART3- EXECUTION 8 3.1 INSTALLERS [NOT U�ED] 9 3.2 EXAi1�NATION jNOT USED] 10 3.3 PREPARATION [N�T USED] 11 3.4 ]NSTI�LLATION 12 13 1�4 15 16 17 18 19 20 21 22 23 24 25 2G 2'7 4. 28 29 30 31 32 5. 33 1. All equipment necessary fa� the construction of this item shall be on tlae praj ect. 2. The equipment shall include spreading devices (augexs), internalvibratian, tamping, and surface floating necessazy la imish the freshly placed concrete in sucla a mann�r as to provide a dense and homageneous pavement. 3. Machine-Laid Concrete Paeement a. Fixed-Forxn Paver. Fixed-farmpaving equipment shall be provided with forms that are uniformly supported on a suffieiently firm subbase to prewent sagging under the weight of nnachine. b. Slip-Form Paver 1} Slip-farm paeing equip�nent s�ail be provided with traveling sid� farms af sufficient dimensians, shape and strength so as to support �he eancrete Iaterally for a sufficient Iength of time during placem.enf. 2) City may rej ect use of Slip-Form Paver if paver requires over-digging and impacts trees, irzaailbaxes ar other improvernents. Hand-Laid C.oncrete Pavement a. Mackir�es �at do not incorporate these feaCures, such as roller screeds ar vihra�ing scx�eds, shall be considered tools to be used in hand laid concrete coxsstr�ction, as slumps, spreading �nethods, vibxation, and other procedures at•e more common to h.and methods than ta machine inethods. City may rej ect equipment and stap aperatian if ec�uipment does not m�et requirements. 34 B. Concrete Mixin,g and Del�very A. Equipment CITY Ok h�RT WQ.RTH Playground Replacemant at Oaklmrst, Warth Heigl�ts, Flarrold Fa�Ec STANI7ARDCONS'�'RLTCTIONSPECIFICATIONAOC:UMENTS 1�2464, 1[12465, 1d2463 Revised March [ 1, 2Q22 32 13 13 - I1 COATCI2ETE PAVITIG Page I ] af22 1. Trausit Batching: shall not be used — onsite mixing not permitted 2 1Q 11 12 J3 14 l5 16 ]7 18 2. Ready Mixed Co�crete a. The ca�crete shall be produced in an approved method canfarming ta the requiren�ents of this specification and A�T11iI C941C94M. b. Ciry s�all have access to ready mix plazat to obfain xnaterial sanaples. c. When ready-mix concrete is used, sarnple concrete per ASTM C172 Alternate Procedure 2: � e. 1) As the mixer is being eulptied, individual samples shall be taken after �he discharge of approxirnately LO percent and 90 pexcent af khe load. 2} The znet�od o� sa�xzplir�g shall pravide that the samples are representative of widely separa�ed portions, but nat from the very ends of the batch. The mixing of each hatch, after all materials a�e in tkae dz�u.m, shall co��tinue ur�til it produces a thoro�ghly mixed concrete of unifarm mass as determined by establis�ed mixer performance ratings and inspeclzon, ar app:ropxiate unzformity tests as described in ASTM C94. The entire contents af the drum shaIl be discharged before any �raterials are placad therein fox the succeeding batch. Retezzapering or re�aixing shall �zot be pes�itted. l9 3. Deli�vez�r 20 a. Deliver concrete at an intervalnot exceeding 30 minutes or as determined by 21 City. to pxer�e�t cold jaini. 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 4. Delivery Tickets a. For a11 o.perations, the n�anufacturer of the eoncrete shall, before unloading, furnish to the puzchaser witb each batch of concrete at tkie siie a delivery ticicet on which is printed, stainped, or �,vritte:�, the following iufornnation to deterIIv�e that the concrete was propo�tioned in accardance with the appro�ved mix design: lj Namc o� concrete supplier 2) Serial number nf ticket 3) Date 4) Trucic rauznber 5) Name of p�rchaser 6) Specif c designation of job {n�ne and locatioil) 7) Specific class, design identification and designation of the concrete in conformance with that employed in Job speciiications 8) Amount of concrete in cubic yards 9) Tin�e loaded or affir,st nnixiz�g o� cezr�ent and ag�regates 10) Water added by receivcr of concrete 11) T�tpe and auiount of admixtures C.Subgrade 1. Wh�n manipulation or treatment of s�bgrade is required on the Drawings, the work shall be performed in proper sec�uence with the preparation of the subgrade for pa�ement. 2. The roadbed shall be excavated and shaped in cor�formity with the typicaI sections and to the Iines and grades shawn on the Drawings or established by the City. �5 3. All holes, ruts and dcpressions shall be fiIled ax�d coznpacted witl� suitable material �46 and, if rec�uired, the subgrade shall be thoroughly wetted and reshaped, 47 4. Irregularities oi more than 1/2 inch., as shown by straightedge or template, shall be 4S corrected. CITY dF FORT �170RTH Playground Replacemenl 1t Oakliuist, Woitl� Heig��ts, Harrold Pttrk STANDAIiDC4NSTRUCTION SPECIP[GATION 1�OCUMrNTS 1�2464, 102465, l024b3 Revised March [ 1, 2022 32 13 13 - l2 CONCRHTE PAVING Page E 2 of 22 10 11 12 13 14 15 1� 17 18 19 20 21 z2 23 24 25 26 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 41 42 43 �}4 45 S. The subgrade shall be uniformly campacted to at Ieast 95 pe:rcent of fihe ma�mum densily as determined by ASTM Db48. 6. Moisture content shallbe within mi_nus 2 percent to plus 4 percent af optimum. 7. The prepared subgrade shall be wetted down sufFicien�ly in advance of placing the pavement to ensure its being in a firtn and mnist conditAon.. S, Suf�icieni subgrade shall be prepared in advance to ensure satisfactnry prosecution of the wark. 9. The Contractor shall notify the City at least 24 hours in advance of its intention to place concrete pavement. 10. After the speci�ied xnoisture and density are achzeved, the CQntractor shall maintain the su�grade moisiure and density in aecard�ce wit.� this Section. I 1. In the event that rain or other canditions xnay have adversely affected the condiiion af the subgrada or base, additional tests �ay be required as directed by th� City. D.Placing and Reinoving Forms 1. Placing �'arfns a. Forms for machine-laid concrete 1) Tke side iorms shallbe �etal, of appraved cross section and braci�g, af a height no Iess �an tlae prescribed edge thickness of the concrete section, and a minimurn of l 0 feet in le�gth for each indxvidual form. 2} k'orms shall be of a;nple strength and sfiaked witii adequate �umber af pins capable of resisting the pxessure of concrete placed against them and flie thnisi and the vibration of the coilstruction �quipment operating upon th�m wikhaut appreciable sprir�ging, settling or deflec�ion. 3) The forms shall be free from warps, bends or kiz�s and shall shaw no vari.ation from tile true plane for face or top. 4) Forins shallbe jointed neatly and tightly and set with exactness to t�e established �rade and alignment. 5) Forms sha11 be set to line an.d grade at l�ast 20a feet, where practicabl�, in advance of the p.a�ing op�ratians, 6) In no case shail �he base width be less ihan 8 iriches for a form S inches or more iii height. 7} Forms musi be in firm contaet �v'ith the subgrade thraughout their iength and base width. S) If the subgrade becomes unstabl.e, forms shall be reset, usiilg heavy stakes or akher additional supports may b� necessary ta provide the required stability. b. Forms for laand-laid c.oncrete 1) Forms sliall extend the full depth of concrete and be a nunimuffi o� 1-112 inches in �icicness or equivalent when waoden foz�ns are used, or be oi a gaug� that shall provide equivalent rigidi.ty and strength when metal forms are us�d. 2) For curves with a radius of less than 250 feet, acceptable fle�ble metal or �rnod fozms shall ba used. 3} AIl forms showing a deviatior� of 1/8 inch in J. 0�eet from a straight line shall be rejected. 4b 2. Settli�g. When forms settle over I/8 inch under fi�ishin� opexatioz�s, paving 47 operations sha11 be stapped t.�e forms reset to line and grade and the par�ernent thez� A S br�ught to the required section atid f�ckness. C1TY OF FORT WOI2TFT Playground lZeplacement 1t Oakhutst, Wortli Fleights, Hairold Park STAIV17Al2T?CONSTRLTCTIONSPECIFICATiONDOCUNIENTS 1p2464, 102465, L02463 RavisedMarch 1 [, 2D22 32 13 [3 - [3 CONCRFTB 1'AV1NG Page I 3 of 22 1 3. Clea�azz�g. Fo.rrns s�►a�.11be tk�oroughly cleaned after each use. 2 A . Removal. 3 a. 4 b. 5 c. 6 7 d. S 9 10 e. 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b z� 28 29 Forms shall rcrnain in place �antil the concrete has taken its fival set. A�oid damage to the edge of the pavezr�ent u+hen removing forms. Repair damage resulting from form removal and haneycombed areas with a mortar mix within 24 hours after %ri�n removaI unless otherwi.se approved. Clean j oint face and repair honeycombed or damaged areas within 24 hours after a bulkhead for a transverse construction joint has been removed unless ot�erwise approved. When forms are removed before 72 hours after concrete placement, promptly apply memhrane curing compound tp the edg� of �e concr�te pavement. E. Placing Reinforcing Steel, Tie, and DowelBars I. Genexal a. When rein.farcing steel tie bars, dowel�, etc., are required khey shall be placed as shown on t�e Drawings. b. All reinforcing steel shall be clean, free from rust in the form of loose or ohjectionable scale, and ofthe type, size and dimensions shown on the Drawings. c. Reinfhrcz�.g bans s�all be secuz�ely wired together at the alternate izltersectians and all splices anrl shall be securely wired at each int�rs�ction do�vel and load tra�isinission unit intersected. d. All bars shall be installed in their requir�d position as shown an the Drawings. e. The storing of reinforcing or slrueturai steel on coznpleted roadway slabs �ene ral�y shall be avaided az�.d, vvhere per�nitYed, such starage shall be lirnited ta quantities and di�tribution that shaIl no.t induce excessi�e stxesses. 2. Spli.ces a. Provide st�dard reinforcement splices by lapping and tying ends. b. Comply with ACI 31 S for minimum lap of spliced bars where not specified on the Drawings. 30 3. Installation of Reinforcing Stee1 31 a. A[1 reinforcing bars and bar mats shall be installed in the slab at the required 32 dephh below the fnished surface and supported by and securely at�ac�ied to bar 33 chairs installed on prescribed longitudinal and transverse centers as shovvn by 34 sectional ac�d detailed drawings on the Drawings. 35 b. Chazrs Assembly. The chair asseYnbly shallbe similar and equal to that shown 36 on the Drawings and shaIl be approved by the City prior to extensive �abricaiion. 37 c, After the reinforcing steel is securely installed above t�e subgrade as specified 38 in Dra�ings and as herein prescribed, no loading shall be irnpased upon the bar 39 mats or individual bars b�%r� or during th� placing or �nishing oit.he concrete. 4Q 41 42 43 4� 45 46 47 �}S 4, Installation of Dowel Bars a. Install through the predrilled j oint filler and rigidly support in t�ue horizontal and vertical posi�ions by an assembly of bar chairs and dowel basl�ets. b. DowelBaskets 1) The dowels shall beheld in position exactlyparaIlel to surface and centerline of khe slab, by a dowel basket �hat is lefit in the pavement. 2) The dowel basket shall hold each dawel in e�actiy the correct pasition sa firmly that t1�e dowel's position carv�ot be altered by concreting operations. c. Dowel Caps CITY OF FORT WQRTI� Playg�•ound Replacemenl nt Qakliuist, Woiil� Heig�ts, Harrold Par�C STANDARD CONSTRUCTION SPECIFICATIOIV DOCUNI��ITS 1 U24b4, 102465, [ Q2463 Reu�ised March I 1, 2022 32 13 13 -14 CONCRETE PAVING Page L4 af 22 2 1} Install cap to a]low the bar fo znove �.ot less than 1-1/4 inch in either direct�on, Grease bar before adding cap to prevent banding with the coucrete. 3 S. Tie Bar andDowelPlacemer�t 4 a. Place at xnid-depth of the pavement slab, parallel to tlte surface. S b. Place as shown o� the Drawi�gs. b 6. Epoxy for Tie and DowelBar Installation 7 1) Epoxy bars as shown on the Dravvings. 8 2) Use only drilling aperations that da not dazx�age the surrounding stnzctures. 9 3) Blow out dz�illed holes wiih compressed air. 10 4) Completely fill the dxilled hole with approved epoxy be�are inse�rtz�.g the �ie 11 bar into the hole. 12 5) Install epoxy graut and bar at least 6 inches embedded i.nto cancrete. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 2'1 28 29 3Q 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 F. Joints l. Joints shall be plac�d where shown on the Drawings or where directed by ihe City. 2. The pla�ae af all joints shall make a right angle with tk�e surface of fhe pavernent. 3. No �oints shall have an error in aligr�ment of ffidre than 1/2 inch at any point. A�. Joitst Dimensians a. The width of the joint shall be shown on the Drawings, creating th� joint sealant reservoir. h, The depth of the j oint shall be shown on the Drawings. c. Dimensions of khe sealant reservoir shall be in accordance wztla manufacturer's recommendations. d. AfCer curing, the joint sealant sha11 be 118 ineh to 1/4 incb below tlae pavement sur�ace at the center of the joint. S. Transverse Expansinn Joints a. E�pansion joints shall be installed perpe:ndicularly to the surface and to the centerline of the pavemeiit at the locations shown on the Drawin.gs, or as approved hy the City. Expansion joints shall contint�e to the farthest outside edge of paving a�d adjacent slabs, and should extend tk�rougb monolithic or attached cu�rbs sQ thai ihere is no restriction io ihe movement af the j oint at any point. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on khe Drawings, or as approved bythe City, and shall be installed at khe specified spacing. d, Suppart dQwel bars with dowel baskets. e. Dowels shall not resfirici the free op�ning and closing of the expansian jain and shall aot make planes of wealcnesses in the pa�ement. £ Greased Dowels for Expansion Joints, 1} Coat dowels with a thi.zt £�zlm of grease ar other approved de-bondin.g mat�rial. 2) Provide dowel caps on the lubricated end of eaeh dowel bar. g, Proxi�nnaty to Existing Structures. Vdhen the pavement is adjacent to or around existing structures, expansions j oints shall be constructed in accordance with the details shawn on the Drawings. b. Transverse Cantraction Joints a. Cnnirac�ion or d�.immy j oints shall be installed ai the lacatiQns and at the intervals shown on tha Drawings. CITY OF FORT VilOIiTH Playground Replaeetuent at Oaklim�st, Wortli �leights, Hairold Park STANDARU COi451TtUCTION SPECIFJCATIOI�i DdC[IMENT'S 102464, [ 02465, I024G3 Re�isedMarch 1 l, 2022 32 13 13 -15 CO�fCRETE PAVD*IG Page 15 nt22 1 2 4 S 6 7 l� 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2�9 3Q 31 32 3� 34 35 3b 37 38 39 40 �1 42 43 44 �5 46 47 48 b. 7oints shall be of the design widtki, and spaczng sl�t�wn on the Drawings, or as appraved by the City. c. Dowelbars, shallbe of the size at�d type sliown on the Drawings, or as approved by the City, and shall be installed at the speci£�ied spacing. d. Saw joints in a singIe cut to the width and depth the plans shaw. Begin sawing as soon as the concrete hardens sufficiently to pxeve nt excessiue ra�eling along the saw cut and �nish befo�re conditiQns induce uncantrolled cracicing. e. The joints shall be constructed by sawing to a 1/� inch width and to a dept.� of 1/�4 of the actualpavemeant tb.zckt�ess, or deeper if so indicated on the Drawings. f. Complete sawing as soon as possihle in hot weather conditians and within a znaxi muzz� of 24 hout's af�er saw cutting begins under coal wea#17er condi�ions. g. If shatp edge joints ar� being obtained, ihe savving process shall be sped up to the point wlaera so�na raveling is observed. h. Damage by blade actaon ta fhe slab surf'ace and to th� concrete immediately adjacent to the j oint shall be rnininaized. i. Any portian of the curiug �eranbrane which has been disturbed by sawing operaYaons shall be restared by spraying the areas with additional curing compound. 7. Transverse Gons#ruction Joints a. Construction jaiuts far��aed at Yhe clnse of each day's worlc or wlien the placing of conerete has becn irzterrupted for 30-ininutes ar longer shall be canstructed by use of inetal or wooden bulkheads cut true to tl7e section of the iinished pavement and cleaned. b. Woodeu bulkheads shall be canstructed using material of a tl�ickness not less than rlominal2" lulon.ber. c, Langitudinal bars shaIl be held sacurEly in place in aplane perpendicular to the surface and at riglat arsgles to the cex�terline o�'the pavement. d. Edges shall be rounded td 1/4 inch radius. e. Ar�y surplus concrete on �he subgrade shaIl be re�oved upon the resumption of l.he work. 8. Longatudinal Construction �oints a. Langit�zdinal construction j oints shall be oi t�ie type s�own on the Drawings. 9. Joint Fiiier a. .Toint fil�er shall be as sp�ei�ed in 2.2.I of �he size and shape shawn on the Drawings. b. Redwood Board joints shall be used for all pav�ment j oints except for expar�sion j oints that are coincident with a butt j oint against existing pavea�ents. c. Boards with less than 25-percent of maiskuz'e at fhe time of installation shall be t�oroughly wetted on t.he job. d. Green lumber af much higher moisture contezat is desirable and acceptable. e. The j oint filler shall be appropriately drilled to adnazt the dovc�el bars when required, £ The bottom edge of the �ller sha11 extend to or slightly bclow �he bottom of the slab. The top edge sl�all be held not less than ll2 inch below thc finish�d surface of the pavement in order to allaw tlte finishing operations to be cantinuous. CITY OF FORT WORT�I Playgro.und RepIacement at OFck}iunst, Woith Heigl�ts, Han•oId Park STA]�TDARD CONSTl2UCT10N SP�CIFICATION DOCLIMENTS Revisedl4farch 11, 2022 1D24�4, 102465, ]024b3 32 l3 13 - IG CONCRETE PAVING Page l 6 of 22 1 g. The j oint filler may be campased of more than ane length o£ board in the 2 le�gth af joint, but no board of a I�ngth less than 6 foot n�ay be used unless 3 otherwise s�.own on the Drawiilgs. �# h. Af�er the removal of the side forms, the ends of the j oints at khe edges of �e 5 slab �hall be carefully opened for the entire d�pth nf the slab. 6 10. 7aint SeaIing. Rautine pavement j oints sha11 b� fill�d consistent with paving details 7 and as speci�"ied rn Section 32 13 '13. Materials shall generaily be handled and 8 applied aecording to the ma�nufactu�rex's xecommendations as specified in Sect�oza 9 32 13 73. 10 G.Placit�g Concr�te 11 1, Unless atherwise specified in the Dra�vings, the fini�hed pavement shall be 12 construct�d xnanolithically and �onslructed by machined laid t�.e�od unless 13 impractical. l4 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 15 shall be distaributed ta the required depth and for th� entire widt}.� of the pavement 16 by approvecf ineth�ds. 17 3. Any concrete not placed as �erein pxeseribed within the time Iirnits in th� follawrng 18 table will be rej ected, Time be.gins when the v�ater is added to the mixer. 19 Tem erature — Ti�e Re ui�err�ents Cancrete Temperature Ma�c Tizx�.e — minutes Max Time — minutes (at point of placement) (no retarding agent) (wikh retarding agent} � Noa-Agita.ted Concrete A11 temperatures 45 4S Agitated Cor�crete Abave 90°F 4S 75 Abave 75°�' thru 90°F 60 90 75°F a�d Below 6fl 120 20 1 Normal dosage of cetarder. 21 22 4. Rakes shall not he used in. handli�g cancrete. 23 5. At the end of the day, or in cas� of unavoidable interruptian or delay of more than 24 30 minutes or longer to prevent cold j aints, a kransverse canstru�tion j oint shall be 25 placed in accordanee with 3.4.F.7 of this Section. 26 6. Honeycoinbing 27 a. Special care shall be taken in placing and vibratiz�g t,�� conerete against the 28 forzxas and at a11 joints and assemblies so as to prevent honeycombing Concrete 29 shall be wufor�ly consolidaied throughout its width and depth, free fromhoney 30 combed areas, and has a consistent vaid-free closed surface. 31 b. Excessive voids and honeycombing in the edge of the pavement, revealed hy 32 the removal of th� side far�ns, may be cause for rej ection of the section ot` slab 33 in which the defect occurs. 34 H.�'inishing CITY OF FOR"I' WORTH Playginund Replaceinent at Qakhurst, Wo�t3i Heights, Hairold Pac�k STANDATZDCOI�STRiTCTIOIVSPECIFTCA'I'iQNDOCUFvr�N`I'S 1p7A64, f02465, 1�2463 RevisedMarch 1 l, 2U22 3? 13 13 -17 CONCRET� PAVING Page 17of22 10 11 12 13 14 15 �6 I7 18 19 ZO 21 22 23 24 25 26 27 2� 29 30 Machine a. Toleranc� Lirnits 1) While fhe concr�te is still workable, it shall be tested for irregularities �vith a 10 foot straightedge placed pa.t'a11e1 to the centerline of t.he pa�ement so as to bridge depressions aud to touch aIl high spots. 2) Ordinates measured from the face of the strai�htedge fo the su�Face of the pavement slaall at no place exceed 1/16 inch per-foot from khe nearest point of contact, 3) In na case shall tkae naaxi:nnum ordinate to a 1 D foot straightedge be greater than 1/8 inch. �) Any surface not within ilne tolerance limiCs s�all be reworked and refir�i.s�ed. b. Edging I) The edges of slabs a.nd all j oints requiring edging shall be carefully tooled with an edger of khe radius requiz'ed by the Drawings at the Lime �e concrete begins to take its "set" and becom�s n.on�vvorkable. 2) All such work s11aII be Ieft smooth and true to li�aes. 2. Hand a. Hand fizushiaag perznitted only in. it�tersections aild ar�eas inaecessihle to a finishing machine, b, When tl�e hat�d naetb.od of strilan� off and consolidating is permitted, the concxete, as sonn as placed, shallbe approximately le�eled �nd then struck off t�rith screed bar to sueh elevation a.bove grade that, when eonsolidated and finished, the surface of the pavement shall bc at the grade ele�ation shown oi�, the Drawi�gs. c. The s�'aightedge and joinC iinishing shall be as prescribedherein. T. C�ri�iig 1. The curing of eonerete pavement shall he thprou�h and continuous throughout the enk�re curing period. 31 2. Failure to provide proper cL�ring as hexei.z� prescribed shallbe considered as 32 sufficient cause for irnrnediate suspensian of the paving operations. 33 3. The cu�ring met.hod as hereiu speci�ed does not preclude the use of any of the oth.er 34 commonly used rnethods of curing, and t�� Ciry fnay approve another inethod of 35 curing if so requested by the Contractor. 36 4. Ti any selected method af curing does nat afford the desired :res�Ifs, the City shall 37 have the ri�ht to order that another meti�od of curir�g be instit�ited. 38 5. After removal of the side forms, ihe sides af the slab shall receive a lilce coating 39 �e�ore eartl� is ba��.ced agaznst them. 40 6. The solutian shall he applied, under pressure wif.ka a spray nozzle, in sueh a manner 41 as to caver the entire surfaces thoroughly and campletely with a unifor� film. 42 7, The rate Qf app.lication sha11 be suc� as to ensure complete coverage and shaIl not 43 exceed 20-square-yards-per-gallon of curing compound. 44 8. Whei1 thornughly dry, it shall proeide a con.tinuous and flexible membrane, free �45 from cracks ar pinhaies, and shal.lnot disintegrate, ehecic, peeI or eracic during the 46 curiug period. C1TY OF FORT WQRTH Playg�•o.und Replacement at Oakliutst, VJorth Heiglits, Iian•afd Park S1'AM711RI) CONSTRUCTION SPECIFICAT[DN DpCTJ1NEi*!TS 102464, 1424b5, 102463 Retrised Marcli I I, 2022 32 13 l3 - l8 GpNCItET� PAVING Page 1$oF22 9. If for an.y reason the seal is broken during the curing period, it shall be i:mt�ediateIy repaired with addi�ional sealing salutio�. 3 10. When te�ted in. accardance with ASTM C 156 Standard Test Met�od for Water Lass 4 (from a t�nortar specimen) Through Liquid Membrane-Forining Curix�g Campounds S for Cancreie, the crurin.g compound sha11 provide a iilm which shall have retainad 6 within the test specimen a percen.tage of the �aaaisture present in the specimen when 7 the curing compoux�d was applied according to the following. 0 10 11. Contractor shall maintazn and properly repair damage to curing mat�rials an exposed surfaces o�'concrete pavement continuously far a least 72 hours. J. Monolithie �bs 11 1. Conerete fox naanalithic curb sha11 be the same as for the pavement and shall be 12 placed within 20 minutes of the placement of the slab cax�crete. 13 2. After the concrete has been sf�uck off and sufficiently set, the exposed surfaces 14 shall be thoroughiy worked to achie�ve ata acc�ptable surfaee finish. 15 3. The exposed edges sha11 be rounded by the use o� au edging tool to the radius 16 indicafed on the Drawings. 17 18 19 20 4. All exposed surfaces of cuz�b shall be brushed to a smooth and unifarm surface. K. Pavement Leaveouts 1. Pavemeni leaveouts as necessary to znaintain and provide for Iqcal traffic shall be pravided at locataou indicated on the Drawings or as directed by the City. 21 2. The extent and location of each leaveaut required and a suitable crossover 22 connection to provide for tratfic mo�ements shall be determined in the �ield by the 23 City. 24 3.5 REPAIR 25 A. Repair of concrete pavement coz�crete shall he consistent with the Drawings and as 26 speci�ied in Section 3� 0129. 27 3.6 RE-IIVSTALLATION [NOT USED] 28 3.7 � SITE QUALITY CONTROL A. Concrete Placement 30 I. Place concrete uszng a fully automated paving machine. Hand paving is only 31 permitted in areas such as ix�tersections where use of paving machine is not 32 practical. 33 a. AlI concrete pavement not placed by hand shail be placed using a fully 34 automated paving machine as approved by the City. 35 b. Screeds axe cansidered hand p�acement paving meihod. 36 B. Tesiin� of Materials 37 1. Samples of aIl materials for testing Shall be provided by the contractor at no 38 expenseto the City, unless atherwise specifiedinthe specialprovisions or in the 39 Dravcrings. 4Q 2. Tn the �vent �he initial sampling azld testing does not comply with ihe specifications, 41 all subseques�t te.sting of the material in order to determine if the material is 42 acceptable shali be at the Can.tractor's expense at the same ra�e charged by the 43 co�nnaez•cial labaratories. CITY OF FORT WORTH P�ayground Replacemefi# at Oakhuist, Worih Heigk�ts, Harrold Park STANIlA1tD CQNSTRUCTIOAI SPECTFICATIO]V DOCLIMENTS 1024fi4, 102465, I024G3 12evised March 1 l, 2022 32 i3 13 - 19 COT�lCR�T � PAV ING Page 19 of 22 3. All test�ng shall be in accardance with applicable ASTM Standards and concrete testing techr�cian rnust be ACI cex-tified ar equivalent. 3 C.Pavement Thicicness Test 4 1. Pa�ve:nrie�.t tbiclaless test shall bE performed by a commercial testing laboratory S approved by the Ciiy ev�zy 100 feet or fraction ihereot in accordance with TxDOT 6 Designation: Tex-423-A, u�less otherwise shown an the plans. Tes� Iocations s�al1 7 be at the discxetion af the City. 10 11 12 13 i4 2. In tihe event a deficiencq in the thickness of pavement is revealed during; nozmal testzng operatiaz�s, cnre �amples sball l�e taken ai the contractai•'s expense to verify defieiency of more than 0,2 in, from plan thzcltness and to isolate the deiicieni; area. 3. W�aere tl�e average thick.�ess of pavem�nt in the area found to be deficient in t�ickr�ess by more than 0.20 inch, but not more than 0.50 incl�, payrnent shall be made at an adjusted price as specified in the following table, De�tcieacy in Thick�ess Proportional Patt Detei7nined Uy Cores 4� Conk-act P�ice Inches A1Lowed O.OD —0.2p 100 percent 0.2I —03p 80 percent 0.31-0.40 7Q percen.t �.41— 0.50 b0 percent 15 16 17 1$ 19 20 2l 22 23 24 25 26 2'7 28 29 f�i+7 4. Any area of pavement found deficient in tilickness by mare than �1.50 in.eh but nat more than 0.75 inch or 1110 of the thickness speci�ed an the Drawings, whic�ever is greater, shall be evaluated by the City. 5. If, in the judgment of the City the area of such deficiency should n.ot be removed and replaced, there shall be no payment for t�e area retained. 6, Tf, in the judgment of #he City, the area of such deficiency warraz�.ts reziaoval, the area shall be remQ�ed and replaced, at the Coiatrackor's eratixe expens.e, with cdncrete of the thiclaless shown on the Drawu�gs. 7. A�y area of pavement faund deficient in tlaicictaass by more ihar� 0.75 inch or rnore than 1110 of the plan thickness, whichever is greater, sha].1 be are:n:j.o�ed and replaced with concrete af �e thicl�ess shown on the Drawings at the Contractor's sale expense. 8. No addiiional payrnent over the contract unit price sl�all be tx�.ade for any pavernent of a thic��ss exeeeding that required by the Drawings. D.Pavement Strength Test 31 1. During i:he prflgress of the work the commerciaJ testzng laboratory casts test 32 cylinders for conforming to A�TM C3I, to maintain a checJ.{ on the cormpressive 33 stren�ths of the concrete being placed. CI'CY OF 1�OC2T WORTfI Playg�-ound Replacement at Oakhursf, Wocth Heights, Ha�i�old Park STANDARDCOI�IS'1`RUC1'IONSPECLFICATIOIVDOCUM�NTS ID2A64, 1Q2465, 102463 Revised Marcli 11, 2022 32�3�3-ao coNcxET� r�v�� Page 20 of 22 1 2. Test cylinders shall be talten frQ m a��presentative portion of concrete being placed 2 �or every 1 SO-cubic yards oi concrete pavement placed, but in no ease shall fewer 3 than 1 set of cylinders be taken per day of placement. After the cylinders havc laeen 4 cast, they shall remain on the job site and then €�anspot-ted, :tx�.oist cur�d, and tested S in accordaizce with ASTM C3 i and ASTM C39. 9 1Q 11 12 13 14 15 16 17 18 19 20 2] 22 23 24 25 26 27 28 29 30 3, In each set, ane of the cyliiiders shall be tested at 7 days (3 day� �'or HES conerete), two cylinders shall be tested at 2$ days (three cylinders for 4" by 8" cylinders�, and the rem.aining cyIinder sha11 be retained for testin� at 56 days, if necessary. Concrete must attain its design strength within 56 days. T'he 4" by S" cylinders are acceptable only wheit the nominaJ znaxitnuzn aggregate size of the mix is Iess than 1-1/4- inch. 4. If the auerage 28 day test results indicate deiicient s�t�ngih, the Contractar may, at its optio� and expense, core the pa�remer�t in question and have the cores tested by an approved laboratary in acc�rdance vc�ith ASTM C42 and ACI 318 protocol. The average of alI cores must meet 100 percent of the minunum speci�ied strength, with no individual care resulting in less than 90 percent o�' design strength, in order to override the results of t�e cylinder tests. 5. In ti�e eve�t cylinders az�.d/orr coxes do not meet minirnum specified strength, additianal cores may be taken to identify the limits of deficient concrete pavement at ti�e �xpense af the Cantractor. 6, Cylinders andlar cores must meet rr�inimum specified strength. Pavernent not meeting t�e ��nin;mum specified sYren�h sb.all be subj ect to the money penalties or remnval aaad placenlent at the Contractor's. expense as shown in the follawing table. 7. De�iciency shall be determined on a panel bq panel basis. 8, The amount of penalty shall be deducted from payment dr�e io Cankractar 9. No addi�ional payment over the cantract unit price shall be naade for any pavement with a strength exceeding that required by tlae Drawings andlar specifieatioiis. E. Cracked Concrete �eceptance Policy 31 1. If cracks exist in concrete pav�ment upan cornpletion of tk�e project, the Projeet 32 Iuspectox shall malce a determination as to the need far action to address the 33 cracking as to its cause and recommended remedzal c�vork 3�} 35 36 37 38 39 40 41 2. If the recommended remedial work is rauting and sealing of the cracl�s ta protect tk�e subgrade, the Inspector shall xnake the determinatian as to w�eihez ta z-out and seal the cracks at the time of final inspection and acceptance or at ar�y time prior to the end of the pxoj ect maintenance period, The Contractoz' shal I perfarm the routing and sealing work as directed by f�he Praject Inspectnr, ai no cast to k�e City, regardless of the cause of the crackin�. 3. Lf remedial worl� beyond routing and sealing is detern�i�ed to be �aecessary, the I�spectot' a�ad the Cantractor shall meet to determine the caus� oithe cracking, CITY OF FORT WORTH Flaygcound Replace�nant at pakhurst, War�f� Heigfits, Harrald Park STAND�RD eONSTRUCTION SPECIFICATTON DOCUMENTS 1D2464, 102465, t02963 Revised Marcl� l l, 2022 32 l3 13 -21 CONCRET$PAVING Page 21 of 22 4 9 10 11 12 13 14 J:5 lb 17 18 1R 20 21 22 23 a. If agreement is reached that the cracking is due to de�'iciez�t rnaierials o:r worlcmanship, the Contractor sha11 perform tlze renledial work at z�n enst to th.e City. Remedial vvorlc in this case shaIl be limited to remo�ing and replacing the deficient worlc wath new material and worl�nanship that meets the requiremen.ts of the contract. b. If the Inspector and the Contractor agrea that the cause nf the cracking is not deficient materials or workmanship, the City may rec�uest �he Contractor to provide an estirz�ate of the cost of the necessary remedial vvork and/or additic�nal wark to address tlze cause of fhe craclang, and the Contractor will perform that work at the agreed-upon price if the City elects to do so. 4, If the Inspector and the Contractor cannot agree on the cause of the cracking, ihe City ffiay hire an independent geatechnical en�ineer, acceptable to the Cantractax, to perform testin� and analysis to determine the cause of khe cracicing. The contractor shall pay 50 percent of Yhe casfs ofth.e indepen.de�at testing. Contractor shall provide one �►alf of the estiinated costs of the independent testing to be held by tb e Ciry. 5. If the independerat geoteclani.cal e�gineer determr�es that the primary cause of the eracicing i� tlae Cantractor's de�icient material or vvorkmauship, ihe r.ernedial worlc will be performed at the Contractor's entire expense and the Contractor will also reimburse �he City for the City's portion of cost af the geotechnical investigation. Remedial worlc in this case shaIl be limited ta removi�g and replacing the deficient work wiih new materzal an.d workix�a��ship t1�at meets tb� requirements ofthe cantract. 24 6. If the geotechnical engineer deterinines that the primary caus� of t1�e craeking is not 25 the Gontractor's de�'icient material or workmanship, ihe City will return the held �6 funds to the Coiztractor. The Gontractof•, on ret�uest, vvzll pravide the Ciry an 27 esti�nate of f.b.e costs of the n�cessary remedial work and/or additional worlc and 28 will perform the wark at the agreed-upan price as dir�ct�d hy the City. 29 3.8 SYSTEM STARTUP jNOT USEDj 30 3.9 ADJUSTING [NOT USED] 31 3,1p CLEANING jNOT U�ED] 32 A. No conerete vvashout, mix, slurry, �uts, mud or solids etc., may �nter the storrn water 33 system including curb lines. Equipxa�ez�t washout allowed or�y in areas sho�n on 34 dz�awings and test materials or slag must be removed from site prior io final accepianee. 35 3.11 CLOSEOIIT ACTIVITIES [N4T USED] 36 3.1� PROTE�TI�N [NOT USED] 37 3.13 MAINTENANCE [NOT USEII� 38 3.14 ATTACHMENTS [NOT USED] 39 CITY OF FORT WORTH Playground Replleement at Oaicl�urst, Woi�th Heigl�ts, Iiarrold Parlc STAIV9ARD Cb1�ISTRUCTION SP�'C[F'[CAT[OTI DOCL7nriENTS 102464, 1024b5, I Q2463 Revised Mat�ch l 1, 2022 32 13 13 - 22 COIICRP.T� PAVING Page 22 of 22 1 2 � 4 5 b 7 S 9 10 11 12 13 14 15 lb 17 18 I9 20 2I 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 END OF SECTIOIv DATE I NAM� Revision Log SLTMMALZYOF CHANG� 1212012U12 L2.A— Modiiied items to be included in price bid OS/21/7.014 Doug Rademaker 2.2.D — Modifiefl ta clarify acceptable fly ash substituYian in eoncrete pavu�g 1.11.A — modified to clarify concrete placement temperature restrictions Zelalem 2•�•A, B, 17 — to clarify cancrete quality contro[ process andrequirements 03/19/2021 AregafDoug 3.7. C& D- to modify and clarify the pa�ement strength test audcl�ange in Blaefc pavement thickness measurement methodafogy 3.7.E — Modified to clarify cracked concrete acceptance poiicy 3/11/2022 Zelalem Arega 1.3.A.li, 2.2 — A.dded ASTM GS95, Type IL cement CI'�Y OF FOiZT WORTP Playground Replace�nent at OaEcliurst, Wortli I leights, Harrold Park STANDARD CONSTRUCTIDN SPECLFiCATION DpCUM�NTS [p24b4, 102465, 102463 Revised March l 1, �022 32 13 20 -1 CONCRE`I'E SID�.WALICS, DRN6WAI'S AAfb BAItRIER �'12E� 1tAMPS Page 1 of fi i 2 sECT1oN 32 i� 20 CONCRETE SIDEWALKS, DRIVEWAYS AND BARR]ER FREE Rt1NIPS 3 PART1- GENERAL 4 1.� SiAl2MARY 5 A. SectionIncludes: 6 1. Con�rete sidewalks 7 2. Driveways 8 3. Ba�x�i�r fr�e ramps 9 B. Deviations frozn� this City of Fort Worth Standa�rd Speci�catian 10 1. None. 11 C. Related Specificatian Sections include, but are not necessarily Iimited to: 12 1. Division 0- Biddirz.g Requirezn�ex�ts, Co�tract Fo;rzz�s, and Condztians o.f the Conkxact 13 2, Di�ision 1- General Requiremeiyts 1�4 3. Section 02 �41 13 - Selective Site Demolitia� 15 4. Section 32 I3 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving �oint Sealants 17 1.2 PRrCE AND PAYMENT PROCEDiJR�S 18 l9 2� 21 22 23 24 25 25 27 2$ 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Cancxete Sidewalk a. Measurement 1} Measurement for this Ttern shall be by the square faot of completed and accepted Concrete Sidewalk in its final position for various: a) Tlucknesses b) Ty��s b. Payment 1) The worl{performed and materials furnished in accordauce wit� this Item aild measured as pravided under "Measuxen�ent" will be paid far at the uuit priee bid p.er sc�uar� foot of Concrete Side�nrauc. c. The price bid shall include: 1) Exca�vating a�d p:reparzxag the subgrade 2) Furnisl�i��g and placing all tna.terials 3) Thicicened edge under sidewalk limits, ii adjacen� to curb or retaii�ii�g wall 2, Cnncrete Curb at Back of Sidev;ral� {6 to 12 inch rzaax} a. Measurement 1) M�asure meni for this �te�on shall be by the linear foat of co�npleted and accepted Cdncrete Ctu'b at the Back of Sidewallt within the 6 to 12 inch curb height at bacic of vvalk in iis �nal posztiox�. b. Payment 1} Th.e vvarlc perfox�ed azad �naterials furnished in acco:rdan.ce with this Item and m�asured as pravided under "Measureme�t" wi11 be pazd for at the utut price bid per Iinear foot of Coner�te Curb at the Back of Sidewaik. CITX OP FOR'[' WOk2TH Pl<lyground Replacement at Onl�iu�st, Worfh He�ghts, Harrold Park STAIVDARD CQNSTRi1CTION SP�CiFICATION DOCi714IENTS 102464, 1624G5, 1 U?t463 Rev'rsed Decem6er 4, 2a21 32 13 20 - 2 CO?�1CRETE SIDE�IALKS, DRIVEWAYS AND BAR121ER F]tEE RANiPS Psge 2 of 6 1 c. Tbe price bid shall include: 2 1) Excavating and prepariug the subgrade 3 2) �urnishing andplacing all materials, including concrete andreinforciri� 4 steel 5 3) Excava�ion in back of "retainirig" curb 6 4) Furnishing, placing, and compac�ing bacls.fill 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 38 39 �40 41 42 43 3. Concrete Driveway a. Measurement 1) Measurement for this Itetn shall be by the square foot of completed and accepted Concrete Driveway in its finalposition for various: a) Thicicnesses b) Types 2) Dimensioi�s �vill be talcen frozn t.�ae back of the projected curb, including the area of ihe curb radii and will ext�nd ta the limits specified in tbe Drawings. 3) Sidewalk portion ot' drive will be included in driveway measurement. 4) Cu�'b an dri�e will be included in tiie driveway �easurement. U. Payinent 1) The work pa:rforaned and materials furnished in accordance with this Ifi�m and measured as provided uuder "Measurement" will be paid for at the unit price bid per square foot o£ Concxete Drzveway. c. The price bid shaIl ir�clude: 1) Excavating and preparin.g the subg�-ade 2} Furnishing and placing �11 materials 3} Temporary asphalt tra.nsi�ion af widtki shovvn on pIans (typically 9 inches) w�en the pavement adjacent to th� driveway will be improved 4, Barrier Free Ramps a. Measure�ent 1) Measurement for this Item shall bs per eaeh Barrier Free Ramp campleted and accepted for various: a) Types b. Payment I) The work perfornr�ed an.d materials furnished in accorclance with t.�is Ttem and measured as pro�ided uaa�der "Measurernent" will be paid for a� the unit price bid per eac� "Barrier Fre� Rarnp" installed. c. The price bid s�all include: 1) Excavating and prepaxing the subgrade 2) Furnishzng and placing a11 materials 3) Cuxb Ramp 4) Landing and detectable warniag suriac� as shown nn the Drawing5 5) Adjacent flares or side curb 6) Concrete gutter width along ranap opening 7) Doweling inta adjacent concrete pavez�aent, if applicable 44 1.3 REFERENCE� 45 A, Abbreviations and Acronyms 46 47 1. TAS — Texas Accesszbility �taxidards TDLR— Texas Depa�rtme�t of Licensing and Regulatiora 48 B. Reference Sta�dards CIT'Y OF FORT WORTH Playgraund Replacement af paklwrst, Wortl� Neights, Han•old Fark STANDAItDCON3TRUCTIONSPECIFJCA'I7�ClNDOCUMGNTS ]02464, i024�5, ]024G3 Revised December 9, 2021 3zi3za-s CONCItETE SIDEWALKS, DIZ[VEWAYS ANb BA1ZI21ER FR�,E.1tAMP5 I'age 3 of � 1 2 3 4 5 6 7 8 9 1.4 10 1.5 11 1.G 12 13 14 15 � 1.'7' 1.$ 1. Reference standaxds cited in. tkais Speci�catinn refer to the curxent reference standard published at the time of ihe Iatcsi revision date Iogged a1: the end of this Specification, unless a date is spec�cally cited. 2. A�nericail Society for'Z'est�ng and Mate�ials (ASTM) a. D545, Test Methods for Preformed Expansian Joir�t Fillcrs for Conerete Construc�io�. (Non-extruding and Resilient Types) b. D698, Test Methods for Laboratory Compaction Characteristics of S4i1 Using. Standard Eifort (12,400 ft-Ibf/ft3) ADNIIl�TISTRATIVE REQiTIREMENTS [NOT iJSED] SUBMITTALS �NOT USED] ACTION SUBNIITTAL�IINFORMA'I'IONAL SiTBMITTALS A. Mix Design: submit �or approval. Section 32 13 13. B. Product Data: submit product data and sample for pxe--cast detectable warning for barrier free ramp. CLOSEOUT SUBNICTTALS (NOT USED] MAINTENANC`E MATERYAL S[]BMCTTALS [NOT USED] 17 L9 QUALITY ASSUR.ANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 l 1l. FIELD CONDTI'IONS 20 21 22 23 24 25 26 27 28 z� 30 31 A. V�eather Conditions: Placement of concr�te sha1l he as specified in S�ction 32 13 13. 1.�2 WARItr�NTY [NOT US�D] PART 2 - PRODUCTS 21 OWNER-FLJRNZSHED PRODIICT� [NOT USED] �.� EQUII'MENT ANII MATERIA,LS A. Forrns: woad or metal s�'aigh.t, free fram warp and of a depkh equal to khe thickness of the finished worlc. B. Concrete: see Section 32 13 13. 1. Unless otY�erwise showia o�a the Drawi�ags ox detailed speci�'icatians, the standard class for cozaerete side�waJ.lcs, drive�rays and baz•rier free ranr�ps is shown in the following table: 5tandard Classes of Pavement Concrete Class of Mini�nunn 28 Day Min. Maxizx�u�m Cni�rse Concrete� Ce�aaentitiou�, Cnmpressi�e Water/ Aggregate Lb./CY S�r�ngth2 Ceme�tz�ious Max.'rmum psi Ratio 5ize, inch A 470 3000 0.58 1-1/2 32 C. Rei�.forcei�ent: see Section 32 13 13. CI'fY OF PORT WORTH Playground Repllcement at Oakkwrst, Worth Heigl�ts, Harrald Park STANDARD CONSTRUCTION SPECIFICATION DOC[1MENT5 RevisedDecem6ar9,2Q2[ ]02464, IQ2463, 102463 32 I3 20 -4 CONCRETE SI3�EWALKS, DRiVEWAYS AND BARRIER FREL RAMYS Page 4 of G 1 2 3 4 5 6 7 8 9 10 1] 1. �idewalk, driveway and bat'rier free ramp reinforcing steel shall be #3 defolmed bars at 18 inches on-center-both�ways at the center plane of aIl slabs, unless otherwise shovvn on the Drawings or detailed specifications. D. Joint Filler 1. Wood Filler: see Section 32 l� 13. 2. Pre-Molded Asphalt Board Filler a. Use o�1y in areas where not pxactical fox wood boards. b. Pre-molded asphalt board filler: ASTM D545. c. T�istall the required size and unifarm thickness and as specified in Drawings. d. Include 2 Iiners of 0.016 asphalt iznpregnated kraft paper filled with a mastic �ixture af asphalt and �vegefable fiber andlor mineral iiller. 12 E. Expansion Joint Sealant: see Section 32 13 73 where shawn on the Drawings. 13 2.3 ACCESSORIES �NOT USED] 14 2.4 �OURCE QUALITY CQNTROL [NOT USEDJ IS PART 3 - EXECUTION 16 31 INSTALLER� [NOT USED] 17 3.Z �;XANIINATYON [NOT USED] 18 3.3 PREPARA.TION 19 A. Surface Preparation 20 l. Excavation: Excavation required for the co�structiot� o�' sidewalks, driveways and 21 ba�i�r fr�e ramps shall be to ihe ]ines and grades as shown on the Drawings �or as 22 established by the City. 23 24 25 26 27 28 �� 2. Fine Grading a. The Contractor shall do all necessary filling, leveling az�d fine .grading required to bring the subgrade to ihe exact grades specified and campacted to at least 90 perce� t af ma��imum density as determined by ASTM D698. b. Mozsture content shall be within minus 2 to plus Q� of op�imum. c. Atry over-excavation shall be repaired to the satisfaction of the Ciry. B. Demolition 1Removal 30 1. Sidev�ralk, Driveway and/ or Barrier Free Ramp Rennoval: see Sectzon 02 41 13. 31 3.4 INSTALLATIDN 32 33 34 35 �6 37 38 34 a�a Y4. G�neral 1. Concrete side�vallfs sha11 have a minimum thickness af 4 inches. 2. Sidewalks constructed in drive�way approach sections shall have a mir,imum ti�icicness equal to that of driveway app roach or as called for by Drawings and specificat�ans within the Iimits of the driveway approach. 3. Driveways shallhave a minimum thicicness of 6 inches. Standard cross-slnpes fai• walks sha11 he 2 percent max in accaxdance with current TAS/TDLR guidelines. The construction of th� driveway apprnach shall include the variable heig;ht radius curb or a pan driveway approach in accordance with the Drawings. CTTY O� F'OR'i' WORTH Playgroand Replacamenc at Oak3�urst, WortU Heights, Hau•c�ld Park STANDARDCOIVSTRUCTIONSPECTFICATIONI30Ct.I[viENTS ]02�Jfi4, [02465, ]02463 Revised Aecerii$er 9, 202 i 32 13 2Q -S CO3�ICRETE SiDEWALKS, I3RIVEWAYS AND BAR1tLE12 FREE 1tAMf'S Page 5 of 6 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 2S 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 �a �. All pedes#rian facilZties shaIl comply with pra�isions of TAS including locataon, slope, vvzdtb., shapes, texture and cnlnring. Pedestria�facilities installed by the Contractor and not meeting TA� must be removed and replaced to meet TAS (no separate pay). B. Forms: Forrns shallbe s�curely stalced to line and grade ar� maintained in a true position during the depositing of concrete. C. Reinforcez�n.ei�t: see Section 32 13 13. D. Concrete PIacement: see Sec�ion 32 13 I3. E. Fi�ishing 1. 2. 3. 4. Concrete sidewalks, driveways and barrier iree ramps shall be iinished to a true, ev�n surface. Tro�vel and then brush transversely ta obtain a smooth uniform brush �inish. Provide exposed aggregate finish for driveways aa�d sidevt�allcs if specified. Edge joi�.ts anci szdes shall with suitable taols. F. 7oints 2 3 4 1. Expansion jnints for sidew�lks, driveways andbarrier free rainps shall be formed usir�g redwaod. Expansinn j oinks shall be placed ai intervals ten times the width of the sidewallc. Expansion j oints shai� alsa be placed at all intersections, sidewalks with concrete drive�vays, curbs, fnrmations, other sidewalks and other adjacent old concrete worlc Similaa� material shall be placed agound aIl ohstructions profruding into or through sidewalks or driveways. All cxpansion joints shall be 1/2 inch in thickness. 5. Edg�s o�all const�uetio�a a�ad expar�sion joi�ats an.d nuter ed�es of all sidewallcs shall be finished ta approximately a 1/2 inchradius with a suitable fu�ishing tool. 6. Sidewall�s shall be marl�ed at intervals equal ta the width of the rn�alk �ith a marlcing taol. Saw cutting of joints to the rec�uired depth may be desirable on wid�r sidewalks arid is accegtable if approved by th� City 7. When sidewalk is against the curb, expansion joints shaI1 be spaced to match those in the curb, possibly in addition to the required spacing above. G. Barrier Free Ramp 1 2 3. Furnish and install bricic red color pre-cast detectable warning Dome-Tile, manufiactured by StrongGa Tndustries or approved equal by the Ci#y. Detectable vvarning surface shall be a nr�inim�i�m. of 24-inch in depth in the direction of pedestrian travel, and extend to the limit of the width of the landing where the pedestrian access route entei�s the street. Locate detectable warnirag surface so that the ed�e nearest the curb line is at the extension of the face of the curb. 4. Detectable warning Dome-Ti1e surface may be curved along ihe corner radius, 5. Install detectable w�rning surface according to manufactur�r's instructions, CITY OF FORT WC�RTH Playground Replacement at Oalciwist, Worth Heigl�ts, Ha�rald Park S'fANdA1217C01�5"I"C�UCTTON5PECIN[Cr1'I'TOT�I170CCIM��iTS l02464, i02465, ID2463 Revised Decetnber 9, Zp2I 32 13 20 - G CONCR�TE SIDEWAI.1�5, AR[VEWA,YS ANQ BARRIER FREE IiAMPS Page b aF 6 1 2 3 4 5 6 7 8 9 10 11 3.5 R.EPAi12I.RESTORATION [NOT USED] 3.6 RE-IN�TALLATION [NOT iTSEDj 3.7 FIE.I.D QUALI'�'Y CONTROL [NOT USED] 3.8 SYSTEM STARTLTP [NOT USEDj 3.9 ADJUSTING �NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES �NOT USED] 3.1� PROTECTI�N [NOT USED] 3.13 MATNTENANCE [NOT IISEDI 3.14 ATTACHIVII;;NTS [NOT USED] END OF SECT��N Revision Log DATE NAlV� SUMMARY OF CHANGE 12/20/2012 D. 7ohnson 1.2.A.3 — Measurement and Payment for Baniea• Free Itarraps modified to match updated City Detai3s a/30/2p13 F. Griffin �orrectedPait 1, 1.2, A, 3, b, 1 to read; fram .., square foot ofCnncrete Sidewalk, to . . .each "Sarrier �'ree Ramp" installed. June 5, 201& M Owen Revised Measuremeut and Payment.secEion. April 29, 2U21 M Owen . 1.2 A. 4. c. Revise Bairier Free Ramp — Payment Sectian Decemher 9, M Owen �•� �• l.c. and l.2 A. 3. c. Clarified what is incEuded in hid items for sidewalk and 242.1 driueway, respectively 12 C1TY OP FOR7' WORTH Playgrotrnd Replacenlent at Oaklyurst, Wortl� Heiglits, HaY7rold Park STANDAItD CONS'I`RifCTION SPECIFiCATION DOCLIMP,NTS ]024G4, 102465, 1 Q24G3 Itevised December 9, 2Q21 32 [373-] CONCR�TE PAVING d4INT.5�ALAAITS Page I of4 1 2 3 PART1- GENER�L �ECTION 32 13 73 CONCRETE PAVJ.NG JOINT SEALANTS A 1.1 �i]11�.I�AR� 5 A. Section 7ncludes: b 1. Speci�catioxa fox silicone jaznt sealin.g far cnncrete pavement and c�arbs. 7 B. Deviatiozas fxo� this City of Fart Wnrtk� Standard Specificatinn 8 1. Nane. 9 lq 11 12 13 1.2 l4 15 16 17 18 19 20 21 C. Related Speci�cafion Sections incIude, b��t are not necessaxily Iimited to: 1. Divzsion Q- Bidding Requz:re:ments, Cont:ract For�x�s, az�d Canditions nf the Contract 2. Division 1- General Re�uirements 3. Section 32 13 13 - Concrete Paving PRICE AND PAYMENT PROCEDTIRES A. Measurement and Payment 1. Measurement a. Measurement for this Item shall be by tk�e linear foot of Joint Sealant campleted and accepted only when speci�ed in the Drawings to be a pay item. 2. Payment a. The work perforrnad and mat�rials furnish�d in accordance with lhis Ttem are su�sidiary to khe various items bid and �o ather compensation will be allowed, unless specifically specified on Drawings. 22 1.3 REFERENCES 23 24 25 26 27 28 29 3fl A. Reference Standards 1. Reference standards cited in this Specif'ication r�fer i:o the current reference standa�rd publislaed at tbe time of the latest revision date lo�ged at the end of this Specif"ication, unless a date is speeifically eited. 2. ASTM International (ASTM): a. D5893, Standard Specifiication for Cold Applied, Single Corriponent, Ck�ezz�ically Curin.g �ilico�.e Joint Sealant for Portland Cement Concrete Pavements 31 ]..4 ADM��TRATIVE REQi]�REMENTS [NOT USED� 32 1.5 ACTION SUBNIITTALS [NOT USED] 33 1.6 ACTION SCJBNIITTALS/INFOItMATYONAL �UBMTTTALS 34 A. Test and EvaIuation Reports 35 1. Prio� to iustallation, fiunish certification by an independent testing Iaboratory tha.i 36 the silicane joint sealarlt meets the requirements of this Section. CITY OF FpRT WpRTH Playground Replacement at pakliuGst, Warth Heights, Hat�rold Park STAi�[DARD CONSTRUCTiON SPECIFICATIO�' DOCUMENTS 102454, 1024b5, 162463 Revised December 20, 20:12 1 2 3 4 5 321373-2 CONCRET'E PAVINC� .IOINT SEALANTS Page 2 aF 4 2. Submit verifiable dacumentatiox� that the znat�u�'acturer of the silicone joint sealant has a mi�iffium 2�year demonstrated, documented successful field performance with concreta paven�ent silicone joint sealant systems. 1.7 CLOSEOUT SiTBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1,1U DEL�VERY, STORAGE, AND HANDL�NG [NOT USED] 8 1.1I FIELD CONDITIONS 9 l� 11 12 13 14 A. Do �4t apply jaint sealant whefi the air and pavement tezr�perature is less than 35 degrees F B. Conerete surfaee must be clean, dry and frost free. C. Do not placa sealani in at� expansion-type joint if surface temperature is belor�v 3S degKees �' or above 90 degrees F. 1..I2 WARRANTY jNOT USED] 15 PART Z - PRODUCTS lb �.1 �WNER FiJRNT�HED PRODUCTS [NOT USED] 17 2.2 MATERIALS & EQC]TPMENT 18 19 20 2] 22 23 24 25 26 27 28 A. IVlaterials 1. 7oint Sealant: ASTM DS$93. 2. Joint Filler, Backer Rod and Breal�er �'ape a. T�►e joint filler sop shall be o�a clased cell expanded polyethylene fnarn bacicer rod and polyethylene bond breaker tap� of sufFcient size I:o pravide a tight seal. b. T�e bacic rod and breaker tape sha11 be installed in t12e saw-cut jaint to prevent the joint sealant firam flowing to the bottorri of the joint. c. Th.e bac�Cer rod and breaker tape sball he coffipa�ible with the silicone joint sealant and na bond or reaction sha.11 occur be�veen them. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECIJTI�N 30 3.1 INSTALLERS �NOT USED] 31 3.2 EXAM7NATION [NOT USED] 32 3.3 PREPARATION [NOT LTSED] CITY OF FaRT WORTH Playgraund Replacement at Oak[m�st, Woeth Heights, Harrold Park STA�IDt�RD COPISTRUCTION SPECTF'ICATION DOCUM�,NTS 102454, ]02465, ]024G3 Reeised Decem6er 20, 20 E 2 321373-3 CONCRETE Pf1V[NG JOINT 5EAL11NT5 Pa�e 3 of 4 3.4 TNSTALLATION 2 A. Gex�eral 3 l. The silicone sealant shall be cald applied. 4 2. Allow concrete to cure for a minimum o£ 7 days to ensure i.t has sufficient stzength S prior to sealing joints. 6 3. Pexfoxm j oint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placeznent i�n a cantinuous sequence o� a�erations. 8 4, See Drawings for the various joint details wikh t1�eu- respecti�e dimensions. 9 B. Equipment 1� 1. Provide aIl necessary equipment and lceep equipment in a satisfactory working 11 condition. 12 13 14 15 1� 17 18 19 2� 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 3b 37 3$ 39 4d 41 �42 43 2. Equip:ment shail be inspected by the City prior to the beginning of the wo.rk. 3. The minimum requiramenks for constr�zction equiprnent shall be as f�llovcrs: a. Concrete Saw. The sawing equipment shall be adequat� in size a�d pawer to ca�nplete tlae joint sawin� to the reqiured dimensians. b. Azr Conr�.pressors, The deiivered eoivpressed air shall ha�e a press�re in excess oi 9fl psi and shall be suitable for tize removal Qf ail free vaate�� and oil from the compr�ssed air. c. Extr�sion Pump. The output shall be capable o.f supplying a sufficieni volume af seala.nt to �he joini. d. injection Tool, Tlais xnecha.nical device shall apply the sea�ant uni%rmly into tb.e joint. e. Sandblaster. The design shall be for commercial use witla air co�nspressors as speezfied in this Sectian. f. Bacicer Rod Roller a.ud Tooling Instr�ime�t. These devices shall be clean ax�d free of contarninaiion. They sha11 be cornpatible with the j oint deptl� and widtl� requirements. C. Sawing Joints: see Sectian 32 13 13. D. Cleai�ing j aizats 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 2. Use cornpressed air to remo�e the result�g dust fram the joint. 3, Sandblast j oints a$er complete drying. a. Attach nozzle Co a mechanical aiming device so that the sand blast will be directed at an angle of 45 deg:rees az�d at a distance of 1 to 2 inches from the iacc of Che j oint. b. Sandblast both j oint faces sandblasted in separate, 1 directianal passes. c. Wher� sa.�dblastir�� is cainplete, blow-out using compressed air. d. T1�e biow tube sha11 fit into the jaints. 4. Ch�ck the blown joint for residual dust or ather contamir�ation, a. If aaay dust ox con.tami�nation is foun.d, :repeat sandblasting and hlowing until the joint is cleaned. b. Do nat use solvents to remave stains and contamination, 5. Place the bond brea.l�er and seala�lt in the joint immediately upon c�eaning. CTTY OF FORT WORTH Playground Iteplacement at Oa[el�uist, Worth Heiglits, Harrald Park STANDARll CONSTRLICTTON Sl'ECTPICATION DOCUMEIVTS 102464, 102455, 102463 Revised December 20, 2� 12 32 l3 73 - �4 CONCRET� PAVQIG JOIN7' SEAI.AI�TS Page 4 of 4 I 2 3 4 5 6 7 8 9 10 lI 12 13 1 �1 15 16 17 18 19 3S 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.1z PROTECTION [NOT USED] 3.13 M�TNTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED� 2a 3.6 RE-INSTALLATION [NOT T�SED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.$ SYSTEM STARTUP [NOT USEDJ 23 3.9 ADJUSTIN� [NOT USED] 24 25 26 27 2S 29 S 6. Bo�td Breaker Rod a�d Tape: install in the cleaned joint prior to the application of the joint sealant. 7. Do not leave open, cleaned joints unsealed overnight. E. Jnir�t Sealant 1. Apply the jaint sealant upon placernent of the hond breal�er rod and tape, using the mec�anical injee�ian tool. 2. Do not seal j oiuts unless they are clean and dry. 3. Remave and discard excess sealant left on th� pavement su�rface. a. Do no� excess use ta seal the j oints. 4. The pavement surface sha.Il present a clean imal conditior� ds deter�nined by City. 5. Do not allow traf�c o�. the fresh sealant nntil it becomes taek-free. F. Approval af Joints 1. The Ciry may request a representaiive of the sealant xmanufacturer to be present at the job sit� at the begir�z�.i�ng of the fwal cleaning and sealing of joints. a. The representative shall demonstrate to the Contractor and the City the acceptable method far s�alant installa�ion. b. The representative shall approve the clear�, dty joints t�efore the sealing operation commences. REPAIItIRESTORATrON [NOT U�ED] END UF SECTION Revision L,og DATE NAME SUMMARY OF CHANG� 31 CIT�4' �F FORT WORTH Playground Replacement at Oakiiurst, WortIt Heip,Ftls, Harirold PaE�k STA�N77ARD GONSTKUC'FCON SPECIFICATIOAI DOCUMENTS 1624G4, 102465, 1p2463 Revised Dceembe�• 20, 2612 329119-I TbPSOIL PLAC�MENT AND FINISHING OF PARKWAY3 Page L of 3 1 2 SECT�QN 32 9l 19 T�PSOILPLACEMENT AND FINISHING OF ROADWAY RIGHT-OF-WAYS 3 PART l. - GENERAL 4 11 SiJNIlVIAR� 5 1. 6 7 8 9 2. 10 Sec�ion Iueludes: 1. �urnish and place topsoil tQ a minimum af 3-inch depfl� unless otherwise shown on the Drawings withrn the Roadway Right-af ways (Rnadway ROW includes medians and parlcways between the curb a�.d properiy line. Deviations fram this City o.f Fort Worth 5tandard Specification 1. None. 11 3. Related Specification Sectio�s include but are not necessarily lizxiited to 12 1. Division 0- Bidding Requirements, Contract Forms, and Conditio�s of the Contract 13 2. Division 1- Generai Rec�uirements 14 1.2 PRICE AND PAYMENT PROCEDiJR.E� 15 16 17 18 19 20 21 22 23 24 25 25 27 28 29 30 1. Measurenrient and Payzxi:ent 1. Measurement a. Measurenaent �or this �Yezx�. s�all be by cubic yard of Topsoil in place. 2. �'ayment a. The work performed and materials furnished in accordance with this rtem and measured as provided under "Measurement" will be paid for at the unit price bid per eubic yard of in place/tamped Topsoil. b. All excavation required hy this Item in cut sectio�is shall b.e measured in accordance with provisious for the various excavation items involved with the provision that excavation vc�ill be measured and paid for once, regardless of tlie inanipulations involved. 3. The price bid shall include: a. Ft�rnishing Topsoil b. Loading c. Hauliug d. Placing 31 ].3 REFERENCES [NOT iT�ED] 32 1.4 ADMIlVTSTRATiVE REQC_lIItEMENTS [Nf)T USED] 33 1.5 ACTION SUSMITTALS [NOT USED] 34 1..6 ACTION SUBMITTALS/INF�RMAT�ONAL SUSNIITTALS [NQT USEDJ 3S 1.7 CLOSEOLTT SUBMITTALS [NOT USED] 36 LS MAINTENANCE MATEIZIAI} �UBNIITTALS [NOT i1SED] 37 1.9 QT]ALTTY ASSUI2ANCE [NOT USED] 38 1.10 DELIVERI', STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [�ITE] CONDTTION� [NOT iT5ED] CITY OF FORT WORTH Playground keplaceme�it at Oakhuist, Woa�1i Heiglits, Hairold Park STANDARBCOI�STRUCTIONSPECIFICATION DOCU[vi�NT'S [024b4, 1D2q65, 1fl24b3 Revised fl�Iarch 11, 2022 32 9l 19 -2 TOPSOiL PLACEIVIENT AAib FTNTSFITNG OF PARKWAYS Fage 2 of 3 1 1.1� WAR.RANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED [ox] OWNER-SLTQPLIEDPRODUCTS [NOT USED] A 2.2 MATL+'12IAL� 5 6 7 8 9 10 11 12 13 14 15 16 17 1 2. Tapsflil 1. Use easily cultzvated, fertile topsoil tha�: a, �s free frorn obj ectionable material including subsoil, weeds, clay lumps, non- soil rna�erials, roats, stumps or stones larger thaxz 1.0 zncnes b. Has a high resist.�nce to erasion c. Is able to support plant growth 2. Secure topsoil fi•om approved sources. 3. Tapsoil is subj ect to testing by the Gity. Co�tractor sba11 have soil delivery tickets available upon requesti. 4. pH: 5.5 to 8.5. S. Liquid Limit: 50 or less 6. Plasticity Index: 20 or less 7. Gradation; maximum of 10 percent passing No. 20� sieve �ater: Clean and free af ind�strial wastes and other substances harmfiil to the growth of vegeta�ion 1$ 19 20 2.3 ACCES�ORIES [NOT US�D� 2I 2�.4 SOURCE �UALITY CONTROL [NOT U�ED] 22 PART 3 - EXECUTION 23 3.] INSTALLERS [NOT USED� 24 3.2 PREP�RATION jNOT USED] 25 3.4 INSTALLATI�N ��.". 27 28 29 30 31 32 33 34 35 36 37 38 39 1. Fi:a.ishing of Roadway Right-of-Ways 1. Smoothly shape rz.ght af-ways, shoulders, slapes, and di�ches. 2. Cut right-af ways to f�ni sh grade prior to the placir�g of any improvements in or adjaceni: to the raadway, 3. I� the event that unsuitable material for right-of ways is encountezed, ex#end the depth Qf excava�ian in the right-of-way,s to 6 inches and backf'�ilwith minimum of 3 inches of topsoil. 4. Make siandard right-Qf-ways grade perpendicular to and draining to the curb line. a. Mixz:irxiwn�►: 1.14 znch per foot b, Maxi�x�.uann:4:1 c. Ciiy may approve variations from these requirements in special cases. 5. Whenever ihe adj acent property is Iower than ihe design curb grade aaad z-ut�off drains away fro�xa tb:e street, the right-of ways grade must be set level with the top of the curb, CITY OF FORT WORTH Playground Replacement at Oakhurs[, �Vortli Heights, Han°nld Park 5Tt1NDAItD CONSTI�UCTION SPECIF[CATION DOCUM�NTS ] 02d64, i 02465, 102463 Revised Ivfarch ll, 2022 32 91 19 -3 TOPSOII., PI.ACEMENTANI7 FINI�HING OF PARKVWAYS Page 3 of 3 1 2 3 4 5 6 7 S 9 10 11 12 13 3.5 6. The design grade from �e right-of-ways extends to the bacl� of the wallc line. 7. Fram that point (behind the wallc), the grade may slope up or down at maximum slope of 4: I. 2. Placing of Topsoil 1. Spread th� topsoil to a uniform loose cover at the thicl�ness specified. 2. Place and shape the topsoil as d�rected. a. Hand tamp ar roll topsoil sugface (with hand �.mper or landscaping r�ller or nther accepted �.ethnd} and �nish a zxu.ni:tx�.uxn o£ S feet f:rozn all flatwork. b. Ensure tapsoil is free fram objec�ianable material including subsoil, weeds, clay lumps, non-soil materials, roots, stumps or stones larger than 1.0 inches c. No additional topsoil should be added within the critical roat zone of irees. Tamp the topsoil with a light roller or other suitable equipmen� REPAiRIRESTORATION] [NOT USED� 14 3.6 RE�INSTALLATION [NOT USED] 15 3.7 I'rELD QUALITY CONTROL [NOT CTSED] lb 3.8 SYSTEM STARTUP [N�T USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEAIVING [NOT USEDj 19 3.11 CLQSEOUT ACTIVITIES jNOT USED] 20 3.12 PR�TECTION �NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 314 ATTACHMENTS [NOT iTSED] 23 24 END OP SECTION Revision Log DATE NAIv� SiJM1VIARYOF CIIANGE 3/11/2p22 M Oweii ��vised title of specification and pravided clarifications in Seckions 1, l Su�nnia�y, 2.2 Materials, 3.4 Insrallation 25 C1TY flF FORT WORTH Pla7�grou�yd Replacenienc at Oak�iw•st, Wnrth Hefghts, Harrald Parlc STAi1�Af2D CONSTI2LlCTiON SPECIFICATION DOCUMEIVTS I024GA, 102465, 102463 RevisedMaz�cl� I l, 2022 32 9213 - � SODDINC� Page 1 nf 7 1 2 3 4 FART 1- GENE� a r, 5 1.1 SiTMMARY b A. Section Includes: 7 8 9 SECTION 32 9213 SODDING 1. Furnishing and installis�g grass snd as shawn on Dra�riz�gs, or as darect�d. B. Deviations fram this City of Fort Warth Sta�dard Specification 1. No�ne. 10 C. Related Specification Sectioiis includ�, but are not necessaril�r limited to: 11 1. Division 0- Bidding R�quirements, ContractForrr�s, and Conditions of the Conttact 12 2. Division 1- General Requirements 13 3. Section 31 10 Oa — Sike Clearing 14 4. Section 32 91 19 — Topsoil Placenaent and FinishTng of Parkways l S 5. Section 32 84 23 - Trriga�ion lb 1.2 PRTCE AND PAYMENT PROCEDiIRES 17 18 19 2p 21 22 23 2A� 25 26 27 28 29 3Q 3i 32 33 34 35 3b 37 38 39 40 41 A. Measuxezxxent aud Payment 1. Sod PIacernent a. Measurement lj Measurement for this Item shall be by the squa�re yard of 5od camplete in place for unifarnn veg�tative coverage. b. Payment 1) The work perfarmed and materials furnished in accordance with this Item a,nd measurad as provided under "Measurement" �vill be paid �'or at the unit pz'ice bid per square yard of Sod placed. c. 'I'he price hid shall include: 1) �urface pxeparation, scarifying subgrade, cleaning, and fzne g�radin.g as described in seetion 3.3 Preparatian 2) Furnishing and placing all sod (until establ�shed complete in place wi�}i no gaps or overlaps} 3) Rolling and tamping 4} Watering (until established) 5} �'ertilizer, if requi�ed by City ta be determined by soil test 6) Dispasal of suzplus materials off site ar as directed by City 7) Weed removal (until estalaIished) 8} Mowing of trxro cycles, begznn.ing at thirty (30) days from installaiion ar when blade height is 4" or greater, whiche�er comes first 9) MaGving cyeles shallbe spaced a rninimum of ten �10) days apart (uzitil estab�shed) d. Exceptio�s to c. include the £ollowing for areas to be turned over to adjacenf properties for inaintenance: CITY O�' FORT WORT�3 Ptay�round Replace�nent at Oakhurst, Wortl� Heights, Harmld Park STANDARD CONSTAUCTION SPEG�[CATIDN DQCUMCNTS f 024G4, 1024b5, l Q2463 Revised May 13, 202i 32 92. 13 -2 SODI�ING Page 2 of 7 1 2 3 4 5 6 7 $ 9 10 11 12 13 14 1) Sod shall be watered until tuxned aver tn adj aceni properry orvner for maint�nance 2) k'ertilizatian will not be requu'ed 3) Mowing nat required for projects in areas where maintenaaice will be immediately turned over ta adjacent property owners 2. Mowing a. Measut-eineni 1) Meas�rement for this Item shall be per each for the project, heyond the l�vo (2) movv eycles included in sodding price, as approved and di�ected by �he Ciry b. Payme��t 1) The worl� p�rFormed �nd materials fur�ished in aceordance �vith tkis Itext� acad zneas�red as pxovzded under "Measurement" will be paid �'or at the unit price bid per eacla. LS 1.3 REFERENCES �NOT USED] 16 1.4 ADMTNISTRATYVE REQUiREMENTS [NOT USED] 17 1.� ACT�ON SLIBMITTALS [NOT USEDI 18 1.6 INFORMATIDNAL SUBMITTALS 19 A. Certifications, Sa�ples and Documentaiion 20 1. Certif cates arid/or labels and samples of sod, fertilizer, compost, soil amendtnents 21 and/ox other :matex•ials, includi�g a certificate f�•am tk�e �endor indicating sad is free 22 from weeds. 23 2. Delive:ry recezpts atad copies of invoices for znaterials used for tlnis vso�•lc shall be 24 subject to verification by the City 25 B, Exceptions 26 1. Certifications, samples and associated documentatson will not be required for sod to 27 be turzied ove�r to adjacent property ovane:r for maintezxance 28 1.'1 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATEIUAL SUBNIITTALS [NOT CISED] 30 1.9 QUAL�TY ASSiTRANCE 3I 32 33 A. Developerlcantractor who plants material is respaiisible %r the supervision of crew, the site, aud the znaintenance af khe material uutil the proj ect is accepted by the City 1.10 DELTVERY, STORAGE, AND HANDLiNG 34 A. Sod 35 1. Protect from exposure to wind, sun and freezing. 36 2, Keep stacleed sod moist, consistently throughout stacic. 37 3. Sad upan delivery may be inspected by City 38 4. Harvesting arid planting operations shall be coordinated �ith not �x�ore tha:a seventy- 39 two (72) hours elapsing between haivestang and placemeni, z-olling, taznpang, and 40 watering af sod. 41 B. FertiIiz�r, as determYned by soil testing repart provided to Contractar, if specifically 42 required by City for the proj ect. CITY OF FORT WORTH Playground Replaceciient �tt Qakhuist, Worth Heigk�ts, Hanbld Park 5TA7+]DARDC�NS'f'RUCTIONSP�CIFICATIONDOCIIMENTS 1024G4, ]02465, 1U2463 Revised May 13, 2U21 32 92 13 -3 SODDING Pa�e 3 of 7 1 l. Pravide unopeiied bags iabeled with the manufaciurer's guartatzteed fertilizer 2 analysis. 3 2. Conform to Texas fertiIizer law, Te�s Agriculture Code Chapter 63. 4 3. Provide to City appiication raie for whzcb. fextzlizer will be applied. 5 b 7 1.I1 FIELD jSITE] CONDITIONS A. Gradiug of site and ins�allation of topsoil must be approved by City �arior to application of sod. �: ilfif►�i./:\-:7,7\►1lll'1 9 10 11 12 13 14 15 16 17 18 I9 20 21 A. Wananty �eriod; Uniil project acceptance or through req�ired maintenar�ce pe�iod, whichever is longer duration of tisne. B. Warrant sod against defects in product, installatian and �tirktna�aship. I, Exceptions include a. W1�en ta�aintenanee is transferred to the adjacent property owner during the project or after project acceptance b. Vandalism caused by p�rsons ather than eontractor or subcantractors oftIus proj ect c. Tmproper watering by persons other than contxactor or subcontractors of f�is proj ect d. Damage caused hy vehicles or equi.pment atl�er than contractor or subcantractnrs of tk�is p�oject. e. Sod that goes dormant after job acceptance 22 PART 2 - PRODUCTS 23 �.1. OWNER FiJRNISHED PROD�[TCTS [NOT USED] 24 �.2 MATERIALS AND EQTITPMENT 25 26 27 28 29 30 31 32. 33 34 35 3b 37 38 39 40 41 42 43 A. Materials 1. Sod a. Sod Varieties (match ��sti_ng if ap�licable) 1) "Cynac�on dactylon TIF419" or "TIFWAY" or "T�TUF" (Bermudagrass hybrid) 2} ox an approved St. Augustine grass 3} or an appraved Zoysia grass h. Sod must cdntain stolons, leaf blades, rhizomes aud roots as appropriate ta species. c. Sod shall be alive, healthy and free of insects, disease, stones, undesirable foreign materials and weeds and grasses deleteriaus to its growth or whicla riught affect it� subsistence or hardiness when transplanted. 1} Jnhnsongrass not allowed 2) Nutgrass not allowed 3) Mi1let not allowed d. Sod shall have been produced an grow:uag beds of clay or clay loam topsoil. e. Sod inust not be harFrested or planted when its moist�re condifiioz� is so excessively wet or dry that its survival will be affecCed. 2. Minimum sod i��ickness:1/2-inch ini�uinum C17'Y OF FORT WORTH Playgound Repiacement at Oakhurst, Worth Heights, Ha��old Park STANDARD CONSTRLTCTION SPECLFICATTOIV DOCtJMENTS 1024G4, l d2h65, 10.24fi3 Revised May 13, 2021 329213-9 SODDING Page 4 of 7 1 2 3 4 5 6 7 8 9 1Q 11 12 13 a. Maacimum grass height: 2-inches b, Dimensions I) Machine cat to uniform soil thickness. 2) Sod is to be cut in st�ips 16-inches vvide and 24-ir�ch�s long or approved equal. 3} �od snall be of eq�.al widt�i and of a size that permits t�e sod to be lifted, kZar�.dled and rolled without breaking. c. Brolcen or torn sad or sod with uneven ends ��all he rej ected. d. T�mporary Erosion Control or Over 5eed of dormant sod— consist of the sowing of cnol season plant seed. Seed must b� included between November 1 through March 1 or as directed by tk�e City. Common Namc Elban Rye cereale Lbs./Acre Lbs.IAcre broadcast drilled seed m�thod method 100-120 SO-100 14 3. Fertilizer to be insta�led only as directed by City or as indicated iz�. constructaon 15 documents 16 a. Determined by sail testing report 17 b. Acceptable condition for distribution per manufacturer's instr�:ctians 18 c. Applied uniformly over sod area. Do not fertilize inside the dripline of firees, or 19 Tree Prntection Area. 20 4. Topsail: See Seciian 32 91 19. 21 5, �ater; clea�� and fi ee of industrial wastes or ather substances harmfi:�l to the 22 gerininatian of seed or ta the growth of ihe vegetation. z� �.� accEssox�s 24 A. SOD PINS 25 1. Metal 26 2. Wood pegs 27 2.4 SOLIRCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALLERS [NOT USED] 30 3.2 EXAMINA'T'YUN 3I A. City may examzne site gradi�g to ensure it conforrix�s fo appraved drawings, prior ta 32 installing sod. 33 I. City will notify Contracior if grading fs tio be inspectedprior to sod installation. 34 2. If required for specific proj ect, Contractor must coordinate i�spection se�enty�two 35 {72) hours prior to cutting of sod and delivery 36 B. Sod may ba inspected by City upon deIivery. 37 3.3 PREPAR ATION 38 A. ,Surrface Pr�paz•ation.: clear surface of all material including the following and dispose af 34 off site or as directed by City: Botanical Narne CETY OF FOR7' WORTH Playgrouud Rep[ae:ement at Oaklm�st, Worth Heigl�ts, Ha�rold Park STANDt�RD CONSTRLTCTCOI� SPECIFICATION DOCUIVIENTS 102464, ]02465, L024b3 Revised May [3, 2021 32 92 13 -S SODDING Page S of 7 1 1, Stumps, stones, and other obje�ts larger than 1-inch. 2 2. Roots, brus�, wire, stakes, etc. 3 3. Any abjects that may interfere with sodding or maintenance. 4 B. Scarify Subgrade 5 1, Scarify� subgrade to a depth of 2-inches bcfore depositing the required topsoil. 6 2. Compacted or heavily vegetated areas may he tilled 3-inches deep with City approval 7 a. For tilled areas, use a hea�y-duty disc or a chisel-ty�ae brea�ng plaw, chisel.s 8 set noi more than 10-iuches apart. 9 b. Init�al tillage shall be done in a crossing pattern for doubl� cov�ra�c, then 1 Q fallowed by a disc �iarrow. Depth of til�age may be up to 3-inches. 11 c. Areas sloped great�r than 3:1: run a tractor parallel to slope to provid� less 12 seed/water ru�-off 13 3. Areas near trees: Do not till wiihin dripline of tree. Da not diskurb the Tree Protection 14 Area, ox canopy dripline. 15 C. Cleaning lb 1. Soil shall be further prepared by the removal of debris, buiiding materials, r�bbish, 17 and rock 1-inch and greater, and weeds. 18 2. Rexn.ove and dispose of debris off site. 19 20 21 22 23 24 25 D. �'ine Grading: 1. After scarifying or tilling a.nd cleaning, all areas to be sodded sha11 have 3-inches af topsoil placed, be leveled, �e graded by usa of we�ghted spilce and harrow, or float drag, or hand grading to elimina�:e ruts, depressions, humps, and objectionable soil clods. This shaIlbe the final soil preparatian step to be eompleted priar to inspection before sodding. 2. Areas near trees: Do not disturb the Tree Protection Area, or canopy dripline 26 3.4 INSTALLATION 27 A. General 28 1. Do not lay sod when �round is frozen. 29 2. Over-seeding with EIbon Rye shall be included from November 1 until March I. 30 Refer to Section 32 92 14 "Seeding" far seed rates. 31 B . In.stallation 32 I. P1a.t�.t sod speci�ied after the area has been inspected and accepted by Ciry for 33 planting 34 2. Scarify 2-inches of su�grade and place a mininnusn of 3-inches of topsailper Section 3S 32 91 19 on areas to receive sod. 3b 3, Sod to be Iaid parall�l to the conroYus in areas as speci�ied. Sod to be laid 37 perpendicular to slopes greater than or zqual to 4:1. 3& 4. Use care to retain native soil on tE�e roots of the sod during �e process of excavating, 39 hauling and planting. 40 5. I�eep sod �aterial moist from the time it is dug uniil planted. Dry sod slaall be 41 rejeeted. 42 6, �'ill in slunnped areas due to watering to �Ceep sod moist. CITY OFFORT WORTH PlaygrUund Replacement at Oaklimst, WortU Heights, Harrold Park BTANDAE2D CONSTRUGTION SP�CjFTCATi�N DOCi3MENT5 1024b�, 102465, 102463 12evised May 13, 2021 329213-6 SObD71�G 1'age 6 of 7 1 7. �lace sad so tl�at the entire area desi�ilated far sodding is coverEd with no gaps or 2 overlapping material 3 $. Fill voids left in f�ae salid sodding with additional sod and tamp. 4 9. Stagger joints and seams. 5 10. Roil and tamp so.d so tl�at sod is in complete contact with topsoil at a unifarm slope. 6 a. TJse pedestrian meehanical process (no moiorized vehicles / ec�uipmenk). 7 b. Low spots, or settlement greater than 1-inch, that may cause #ripping hazard 8 shall be le�+�led 9 c. �inis�aed grade of sod shall be maxirnum 1-inch be�ow adjacent Edges including 10 curbs, dri�es,. and walIcways. 11 11. Peg sod with woodenpegs (or wire staple) driven througl� the sad biock ta tkze firi�. 12 earth in areas tl�at znay slide due to t�e heig�t or slope nf the surface or nature of tke 13 soil. 14 C. Waterin.g and �inishing 15 1. Water sod �n a nrzini�nurn depth of 4-inches immediately ai�er placed and tan�ped and 1 G rolled. 17 2, Generally, as recomz�e�ded by the ve�xdor 1 S 3. Water source shall be clean and free of industrial waste or other suk�stances harmfizl 19 to the germination of the seed or growth of the vege#ation. 20 4. Water until 100 percent greeii and established as defined in 3.13. Dormant sod must 21 be over-seeded as directed in 2.2 A.2.d. 22 3.5 REP�II21RE5TORATIDN [NOT USED] 23 3.6 RE YIVSTALLATIDN [NOT USED] 24 3.9 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM START[TP �NOT IISED] 26 3.9 ADJUS'I'1NG jNOT USED] 27 3.I0 CLEANING [N�T USED] 28 3.11 CLOSEOUT ACTIVTTIES 29 312 PROTECT�ON [NOT LTSED] 30 3.13 MA,INT�NANCE 3I A. Sodding 32 1. �7Vater and mow sod until completion and final acceptance of the Pxoject or as 33 directed by the City. 34 2. Trim and maintain along edges uacluding curbs, drives, and �;vaIkvvays vvith 35 maximum 1-inch sui°face elevatioa� ehange. 36 3. Sod shall be root�d to scari�i�d soil with continuous surface coverage with no gaps or 37 overlapping edges. 3S 4. Includes pratection, replanting, aud maintaining grades wzth no seti�eza�ent over 1- 39 inch, and immediate repair of erosion damage until the proj ect r�ceives frnal 40 acceptance, 41 5. Sod shall not be considered finally accepted until th� sod has st�ted to peg daw�x 42 (roots growing i�to the s�il) and is free from dead blocics of sad. C1TY QF FORT W�RTH Playoround Replacement at Oakl�mst, Wor�h f3ei�h[s, �Ianold Park STANI7AIZ17 COIVSTRiTCTTON SP�CiFICATION I)QCUMFN�'S 102464, 102465, 102463 RevisedMay l3, 202� 32 92 ] 3 - 7 SOBDIAIG Page 7 oi7 2 3 4 S 6 7 8 9 10 11 12 13 1�4 15 16 I7 18 19 20 21 B, Acceptance 1. ,Sod shall be accepted once �ully established. a. Sodd�d area must ha�e 100 percent graund covera.ge and a blade height of 3- inches with 2 mow cycles, minimum ten (10) days apart, perforrned by the Contracior priar to consideration of acceptance by the �ity. b. Grass shalt be actively growing and free of disease and pests. c. Grou�id surface to be smooth azid fxee of �oreign material and rocic or clods 1- inch diameter an�i great�r. C. Replanting l, Replant areas wiih dead blocks of sod (50 pereeni of individual bloek or greater). D. Rejection 1, City may rej ect sod area based on #he fpllawing items prior to final acc�ptanc�: a. Weedpopulaiions b. Poor installatinn including but not limited to gaps aiad/ar overlapping sad c. Disease andlor pesfis d. Insufficient or over watering e. Poor or improper maintenance f Soil settlement in excess of 1-inch. 314 ATTACI3MENTS [NOT USED] END OF SECTION Revisioxa I.,ag DATE NAME SUMMARY OF' CHANGE Removed information and details regarding seed, native grasses and wildflowers. Tliese items are addressed in new specifr,ation 32 92 l4 andParks specificacion for na[ive grasses/wiidflowers. Items pe�taining to fertilizer thro�ghout daeument ugdated to include soil testi�lg. Remove and replace"block xod" with "sod" Ivia� i3, 2021 M Owen x�oughout document, L3pdated 1.2 payment measurement. 3.3 Preparation updated to reflect cturent indust�y f�•ee care standards for root zo��e distuj•banca. 3.4 Installation added descriptions to c[arify acceptabie installation. 3.13 Maintenance added d�scriptioas to clarify aceeptance and rejectio�� of sadded areas 'sncluding grawth, mow cycEe snd wateriilg. Inserted excep#ions assaciated with sod to be tuined ovez� ta adj acent property own er. 22 CITY D�' FORT WOItTH Playground Replacement at Oak4mrst, Wnrtli Heighls, Hai7nld Parlc SI'.ANDARD CpNSTRiICTION SPEC�ICATION DOCUNIENTS 1fl246h, 1 �2�65, 102463 Revised May 13, 2021 APPEND�X GC-b.Ob.D Minority and Women Owned Business Enterprise Compliance GC-b.09 Perinits C-6.4�.]D �[�rn�r��y am� �o�men ��ned ]��si�ess ]E�nte�p�n�e �ompl�a��e CITY OF FORT WOI�TH Playground Replacei�ient �t Dakh�ust, Worth Heights, Hamold Park STANBARD CONSTRUCTION SPECIFICATION DOCLIMEN'T'S I 02464, 1024G5, 102963 Revised 7uly 1, 201 l B2Gnow CfTY OF FDRT WORTH �ONY�Ci ���P�I�N�� NI�11�O�AN�U� TH1S FORM MUST �E RTTACHE� TO THE ROUT[NC "Ni � C" �EFORE LAW DEPARTMENT �N D CI`TY iVIAIVA��R APP�OVAL To: Department Project Manager From: Office of Busin�ss Eguity Date: J u ly 20! 2022 in the Amount of: �707,253.28 102464,102455,102463 DOElProje�t No. �roj��il�id: Playground Impro�emen�s Oakhurst, Wo�th Heigh�s, Harrold Park 1. Compliance with the City's E�usine�s �quity Ordinance has been achie�ed by the following method: Cole Construction, inc. is in compliance with tne City's Business Equity Ordinance by committing to � 1% Business Equity par�icipation on this project. The City's Business Equity goal on this proj�ct is 11%. FaR�`�`ORTH� ���in��s �q�i� Divi�r�� LE�rE� o� �Nr�Nr A.�usiness �quitySub�ContractarlConsulta�t I�farm�tion: oe 'f�d �usi eas E u' 6 I� n a lr�o 0 om �iusl te ri BE o�nIFC7'# �U2464 BID#._,,, �t9 hpP5cah�a f�ea� Gfredc (Ma) Arrwndrnenf � Cha� Order [� [Pursuant to ihe CiEy of Forf Worth's Busir�ess Equity Ordinance, cer�fied 8usiness Equity firms pa�icipatir�g under #he Ordinance musi me serti6ed prior ta reeammendatian ai award in order ta be caunted fowards the 8usiness �quify cor�tract goal. Certifying agencie5 acceptable �y the City: �forth Genlral Texas Regional CertiCcafiion Agency (NCTRCA), DaliaslFort Worth Minarity Supplier Developm�ni Council, Inc, (pFW MSAC�, Wnmen's 6�siness Co�r�cil - Southwest (WBGSj, or the Texas Departmeni of Transpattation (TXDpiy, Note: �or Federally-Fundp� �r�je�ts #he firm must be certified as a 1]isadvanfaged Business Fnterprise (D8�) by the I�CiRCA andlor t'XDOT only.] All ��[ds are Requir� � T�o not feave blank. 9. Name ot project: Playground Im ro�ements �akhurst, Wort� Heights, Harrold Park 2 Narr�e nf OffernrlPrime Contracfor: Cole CoflstrUGti�li 3. I�ame af Business Equify Firm: Cawfowr� Redi Mix Add�ess: �a1 Bethlehem Sf Fort Worth 7X 767'f 1 �i� �ontact N�nelPhone: ��x UIfICh 89 7-759-2599 4. The undersigned is pr�pared to perform fhe fallowing d�scribed work andlor supply ihe material Gsted in oonnecfion wittt the a6ove projeci (where applicable speci(y °suppfy" or �install° or bof��: Concrete 5upp[y NAICS C e: �jpC �� in the amouitt ot S�8,���.�� . � ��� �� i��� (0 a zed A ar PrinE ame (Hame af " Bu�rless Equli� Fiem) � J ti e����_. � � � (Signat f�wnerlAuthorf�ed Age�Ytof Certified rm) Nate) �,�- �C �"���r�„� C� �� � c��� �r? - ��- �� �� (�mai) Ad�essj (Phane Numb�rj �. Af�avit ot Offerorl�r�ms I NEREBY DECl.AR� ANIl AF=FIRNi ihal ��"n"'�h 7�prn� am ¢he duly authon�ed represenhative of (bumerlAuthodxed Aganq Cole Canstruction and that I have p�sonaEly reviewed the material and facts (Name of QflerarlPrime) se# farih in this Le#ter of fntent To ihe best of my knowledge, infarmatinn and belfef, i�e facts ]n this form are true, and no material facfs have been amitted, Pursuant ta Ehe Ciiy of Fort Wortr�'s ��sin$ss Equiiy �rdinanc�; any personlantity that makes a false nr iraudulsnt statement in connection with par�cipat�on of a cerlitied frm En any City of Fort Worth conErac� may ba referred for debarrnent pracedures under the Cily of Fort Worift's 8ttsiness E�uiky Ordinance, I dv solemnly swear or affirm that t�e signa#ures contaln�d hereln �rtd �he fnfarmat�On provided by t�e O�erodArime are true and correct, and thai I am authorized on behalf of the QfferorlP�me to make ihe affidavif, 14enneth Ti�orne fhrur� u rir T ar Prfnl me .�.' �5'�gna re o ixvnertn n' A9eny jacab@colecan.com (�nafl Addrass) T Cn1s Construcfion ame af O[fe:ar me 06114l2022 (�g�) 89 7-�31-9636x306 (Phnne iYumberl Departmentaf Ai�e�sity and IncEusion �t%ctive 011�1/20z[ Business Fquily Division Revisal. Cr8-21 Email: DVItV 13PAii�r:�afortworEhtexas.gov Phone: 817-392-2674 � (.?lt`�' �r�(:)R7�!-I ---�.. �"�- ��� -� ,—� — PFiOJ�GT � �L.�.�f7�7 E310 # _ {!f Applirahlo Pleaso Chedc Or�j Amendmer�l ❑ C#�ange Order ❑ �usir�ess �quity Divi�ion �ETT�R pF IN�ENT A.Business �q�ity Sub-C�nirac#orlCa�tsultent Intormation: A certihed Bus�ness E�i �irm is owned b a Minori or Woman Bu iness Enie risa MIWBE f�ursuan� to lhe C31y of Forl Worlh's �usiness �quiky Ordinance, eeFlilFed Business EquiEy lirms parliclp�iing un�iP� tl7e Ord[nance musl be r.crtificd �rf�r 1a recnn�i�icncfali�n ol avrartl In arde� Eo he countetl lovrarris lr�e Business �quity caniract c�oal, CerGtyin� a�ger�.cias acceptab]e hy ihe Cily. Naeth Central Texas Re�lonai Certiflcatian apency ;NCTRCA}, DallaslForl Warlh Minori�y Supp�ie� nevefapn�enl Cauneil, lnr„ (�FW MS�C}, Women`s Bus�ness Cauncil - Southv�esl {WBCS), or ihe Texas Deparlment ol Trans�ortatipn (T?(DQT} Nole; For Fetlerally-Funded pro�ects ihe iirm musE be ceriified as a f3ssadvaR{agecl Business Enterprise �138�j by the KCTRCA at�dlof TXbqT only.) All FI81d5 ane R�liltiL� - Da notleave blank, ., , ., .� _ 1_ Na�r1e o1 Proj�cl. �1 { ��- 2. �fame of bfferor�Prime Cnntractor � �, �'...-, � r-.� 9, tVam�of8usinessEq�I�yF�rm _�_ �^�1..��C'.�.� Address���� i� co��✓ a� Firm NamalPhone:��+ JZ�- J �� d. The undersignetl is pre�ared io perlurm the 1411av�ing descrihed vrork andlor supply the material Usled in conrrectlon �krllh Ihe ahove peojeci (where applicable specify'sup�Ey' or'lostalf' a� boEh): t� �. � , A �_ �t, N�lCSCod�:��,�lc� ��'6�1___2-�j��.�']�.�{�L L�.t ► � M,t,t�o�... {�wner� Aui ized Agent) T r Pri Name fSignal of wner IAulMorized genl of C, ilied Business Equfty Fir�n) L� I 5��+N�uYJn?�il�-uC.K-� �, cn v+� Address) �. A�idavit of �f�rorl���e In Ihe amount o-13 �� � � �.�1 �'- i�tu Iu02 -r�GK-�1� � �,1.� (Name o[ Cerif(ted 8usir� Equtiy Ffrml t� �t-� 1 �z I�ale1 � �� - �-�'^1 �' � ln�U �phone Number) �� I HE�EBY RECLARE AND aFFtRM Ihal �[ o��, a�5�. �1�•o�►�t-� ,__� am Ihe duly auihoPized represen�aiive oi (OwnedAui orized�Agenlj��� � s"�v� L�'^��� ,o.� _____________ ____ and lhat f haue personally rev��we� the materiaf and facts (Name oi OiferorFFrimn� se1 faAth in thfs Let�er ol Inlsnt, 7o fhe best ai my knnwledpe, Intormat�on and beliei, �he lac�s io �his tarm are true, and nn niaterial tacts have been oml![ed. Pucsuan! to the Cify of Forl Worl�r's Buslness Equiry Ord�r�ance, any personlentity ihat makes a fal5e ar lraudulen� statemenl In connectfon tivilh parifcfpat[nn of a cerliiied �rm in any Ciry ol Fori Worlh canleael may be referred for deba�mem procedures �nder Ihe Glry of Foct War117's Business Equity prdinanee. � do sn#emarly swear or aflirm tha� che signaluaes conlalned hereln and ihe inioFinalfon p�avfded hy the �IEerarlPrime are irue antl carreet, antl i�ial I ani aulf�orized on behail ol the OfferorlPrlme fo make the alfldavlt. 1`�g,,,rv.�,��,,. � �a NvJ 11 _ S>�i. _� � `i�� f ...�' , a'v� lavrner Aulltoriied Qcr�t) 7ype ur Prin! Name ame o Dt�eror,�Pr me� •°.�__,. v . �-�,.� �..� �I� ��_ �.�- (5ignalure pf OvrnerlAut on�et� �enq {p� '.G.c.��7 �����s�` �(�-F.�✓,,`!1 �ail kd--- - dress� . I)s•�,irtii3ritl ��f l)s�usui ..:�5 E��aiu,�i,ai ISu.inrs, I �u�i� llni.�„n I in.�il U1�1\ HI Ufli.� n I,�it,,,�rsl:ie�n, sns ui ..,_ a,� :n, ,r�� .�1`�- "1�1- °���b �c 3c7�, {Phone NumGor� I�Ilrrinc nl �i� '�•?f I:c��,rJ n�s-?1 ..—..K41�F'i'rC�:r:�.... . •A.. ' _ y . �i . ,.. .-�r. . � .r._,,..� .i� Vllor�ten Busir�es� E��erprise �WBE) a b Cov�r�awn Redi Mix, Inc, ,..y,�.t.r*.��,r�..��..�.�.�4 , � ������x� �.�d� MY�� ��c. has filed wPth f�re P,genay an R�idav�t as de6ned by NC�RGA Wamen 8usiness �nterprEse {V11BEj Palicies & Procedures and is hereby certified fo pro�ide service(s) �n kh� foflnwi� �reaS: hlAiCS ��7��R; #�EADY-M1X CONCREi� MANU�ACfIiRiNG This Cer�ification c�mmences December 7, 2021 ar�d supetsedes ar�y r�Estratian vr lis�ing pr�vlousiy iss�3eci. 'This c�rti#Ication must t� updated e�ery twa years by submissfan of an Annuai lJpdate R�rdav�. Af any time there is a change fn ovmership, r,ontrol af the flrm ar operatian, natiflcation must be made tmmediately ia th� �lorEh Central Texas Regior�al Certification Agency for e[igihlllty eval�tation. Certifcaifiar� F_xpiratior�: L�acemia�r 3'!, 2D23 Iss�a�d Date: Dec;�mber 7, 2fl2� G�RTiFICATlQE� N(�. WFW�42034N�223 �.�;�,-u� ��.-�-'� �ertific�fiort Adminisfrator