Loading...
HomeMy WebLinkAboutContract 48735 CITY SECRETARY D.O.E. FILE CONTRACTOR'S BONDING CO. CITE S%CRUARV ` CONSTRUCTION'S 6 COPY FO RT WO RT H CONTRACT NO. CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF IMPROVEMENTS TO MOSIER VALLEY PARK C4 PARD Project No. CO2306 C5 City Project No.2306 in The City of Fort Worth, Texas Betsy Price David Cooke Mayor City Manager Richard Zavala, Director Parks and Recreation Department Planning and Resource Management Division Prepared for The City of Fort Worth September, 2016 r'NODS ZZ:. ,m g i n Bob �•• OF r ti DUNAwAY Dunaway Associates, LP Texas Registration No. F-1114 _ -- OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX FORT WO City of Fort Worth Table of Contents Adopted September 2011 000000-1 TABLE OF CONTENTS Page I of 6 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Biddefs Pfeq alifie tions 0045 12 Pr-e ualifie tion Stmt.,.oat 0045 13 Bidder-Pr-equalif4eation Applioation 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enter-pr-ise Geal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 007300 Supplementary Conditions Division 01 -General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 32 33 Preconstruction Video 013300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 t 000000-2 TABLE OF CONTENTS Page 2 of 6 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 15 Selective Site Demolition 0241 15 Paving Removal 02 81 00 Landscape Irrigation System 02921n Chain Link u, Baek top 02 87 00 Site Furnishings Method of Mobilization and Workspace Division 03 -Concrete 03 30 00 Cast-In-Place Concrete 03 34 13 G t. 1l d Low Strength M. e.;.,l (G CTR\ 0334 16 r «oto Rase M ter-ial f r T-r-en h R . Division 05—Metals 05 1200 Structural Steel Light t Struetufe Gable Railing System Deli ..tion D., of Signage Park Sign Nliseell eeu 05 50 00 Miscellaneous Metal Division 07—Other Work Division 11—Equipment 11 68 14 Playground Equipment 1168 16 Wood Fiber Playground Surfacing Division 12—Site Furnishing Division 26 Eleetr4eal 260500 r Aar-flkv no . l Results n�Zo;•�l~1�eet«�eR� 2605 19 Wife and(`able 260526 geeeadar-y G .-,di . 260533 Raee,r..,..and Boxes 26-0543 Under-ground l~leet,-ie Co,-.,;..e 2g05-53 2609 1 n rye taotefs 262200 Tfansfofmer-s, 2624 16 Paae11.ear-d-s 26 5123 Bal �.�.n na n c .ies 26 56 29 Site righting CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 E 000000-3 TABLE OF CONTENTS Page 3 of 6 Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps•//12roiectpoint buzzsaw com/client/fortworthizov/Resources/02%20 %2OConstniction%2ODocuments/Specifications Division 31 -Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 312323 BOFFO v 3124 00 Embankments 31 25 00 Erosion and Sediment Control 313600 !`_.Mons 313700 Riprap Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Tem r.er-ar-y Asphalt It Aar a Repair r 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 1133 Cement Treated Base Courses 32 12 16 Asphalt Paving 32 12 73 Asphalt Paving Crack Sealants 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 14 16 Brick Unit Paving 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 32 17 25 Curb Address Painting 3231 13 ('1,ai >~moe and gates 323126 Wire Fe,, es and Ga4es 323129 Wood Fences a Gates 3232 13 Cast-in-Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 33-Utilities 330130 Sewer aPA>\,I.nhole Testing 330131 Closed Gir- it'T'eleyisio (CC;TV) I„s�eetie, 330310 Bypass Pumping of Existing rt ist.w b.Sewer- 33 e:N r 33 nn 10 Torrt nvrming and E.etyiral Iseltin�e -� �te - 3304 11 Gerresio Co trel Test Stations 3304 12 Magnesium,Anode Qt .iG PF0teet:E). e,Ste- 33-0r�8 Temporary Water c 33 04 40 Cleaningand n e eptance Testing of Water-Mains 33044 50 Gleaning of Sewer-Mains 33-05 10 Utility T h Excavation,Embedment, and Baekfill 3305 12 Water Line Lowering e CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 000000-4 TABLE OF CONTENTS Page 4 of 6 33-05lufame, GoveF and GFade Ring 3305 14 Adjusting Manholes,4ilets Valve Boxes,and Other Stfuet„ro"t,,Grade 33 05 16 C,r"roto Ax(..tor V",.tt" 33 05 P Generoto Cedar-s 330520 Auger-Ber-i g 33 05 2i Tunnel T :„ r Plate ....... 333-45-22 Steel (''assn..D;,." 33 05 23 Hand Tunneling 330524 lastalla4ien fGaFF:or Piper Casing„r T.,finel r; r 330526 Utility Mark s/ e.tars 33 05 30 Location of Existing Utilities 33 P 05 Belts,�ts,and Gaskets 332 1 1 n Duet:le rr,,,, 4pe 3311 11 Duet:l e Tr„n Fittings 33-11 Q D.,1.,,,;nyl Chloride(DVC)D SSS» Pipe 3311 13 EOe-Fete PFessufe-pip > r W-fapped Stool Cylinder-Type 3311 14 B e Steel D: and>~_t+;,,. 33 '1 1 1 Large Wa4er-Meters 33 1220 Resilient Seated gate V.,1„”33 33 12 2i A�anx(n D vhf. F Seated Butter—fly Valves 33 1225 Genneetion to Existing WateF Mains 33 c30 Cvrrorrct•rornzz Valve Assemblies fvr Duabze Water-Systems 33 1240 Fire LTy r.,..t" 331250 W,for Sample Stations 33 1260 Standard Blow ff Valve Assembly 3331 12 !`„-e in Rh (` Rhee Dino( TDD) 33 3423 Fiberglass Do t o Pipe r QF „ty S. :t"r-y Sew .. 33 3i i5 142 h Density Polyethylene(14PDR)Pipe for-Sanitary Sewer- 33 34220 Polyvinyl Chlofide (DN(C)Gr-ayit..Sanitary ee e Pipe r� 33 3 21 D 1 1 Chl r: to (PVC) Closed"o Profile Gravity_S r:t r . co r o D:. r 333122 Sanitary comer Slip Lining 333123 S"n;t.,r„Server Pipe>~nlafge refit z vccrrrcax�--czc..... Pipe•••� •b•,••••,••• 333150 Sewer-Ser-yiee Gofine"t;,.ns and Sorg 33 34 70 Gambifiatiofl n Valve f r Sanitary Sewo Fer-ee t'4�... 3339 10 G,A-,-;tar D11a;e G o f i o r-e to ices 333930 Fiber-glass Manholes 333940 Wastewater- n Chamber(W-AG) C) 333960 Epoxy T, "for-Sanitar-y Sewer-S 33 41 10 Dcnfozcca Cvn"r"te St„run Sewer-Pipe/Gulyer s 3311} }} High Density Polyethylene(14PP)Pipe f r Sto fm 33 4600 S„h,tr"inagee 33 4601 Slotted Ste;=m �—�xv ccco:�cvxxxx nxaxxxo 33 4602 Troneh Dr-a n" 33 49 10 Cast in Plaee Manholes .t T tion Boxes 334920 C.,rh and Drop Tnlet 33 4940 gtoFm Drainage uea&,,,lls and Win,., awl Division 34-Transportation 34 41 10 Tr-Afi cigfi 1s 34 41 11 Temper-afy Tr"ff e Signals CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 000000-5 TABLE OF CONTENTS Page 5 of 6 34 41 13 Removing Tr-affie Signal-s 34 41 15 Reet-angular-Rapid Flashing Beaeon 34 41 16 Pedestrian My-br-i Signal 34'�4 1 20 R Assemblies 34-4130 Ahimifmm Signs 34 71 13 T-r-a f e Ga tr„1 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION i CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cfry No.2306 Revised November 22,2013 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORTH COUNCIL ACTION: Approved on 1/24/2017 REFERENCE ** 80MOSIER VALLEY PARK DATE: 1/24/2017N0 : C-28086 LOG NAME: IMPROVEMENTS CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Authorize Execution of a Construction Contract with Denco CS Corp., in the Amount of $221,284.00 for the Construction of Improvements at Mosier Valley Park (COUNCIL DISTRICT 5) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with Denco CS Corp., in the amount of$221,284.00 for the construction of improvements at Mosier Valley Park. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract to Denco CS Corp., in the amount of$221,284.00 for the construction of improvements at Mosier Valley Park. On January 15, 2015, a Preliminary Design Agreement in the amount of$39,800.00 was administratively executed with Dunaway & Associates, Inc., (City Secretary Contract No. 46351) for master planning and design. Additionally, design contract administration, reprographics and bid advertisement totaling $6,600.00 resulted in a design phase total of$46,400.00. Upon the conclusion of design development and construction plan preparation, the project was advertised on September 29, 2016 and October 6, 2016 in the Fort Worth Star-Telegram. On October 20, 2016, the following bids were received and tabulated: BIDDERS BASE BID TOTAL Denco CS. Corp. Y ^� $221,284.00 C. Greenscaping $266,000.00 Cole Construction, $330,000.00 Inc. Base Bid improvements include: asphalt pavement reconstruction, concrete paving, parking lot apron, the installation of concrete sidewalk and memorial wall within Mosier Valley Park. Bid alternates were sought but none were awarded. It is recommended that the bid amount of$221,284.00, as submitted by Denco CS Corp, be approved for award of contract. Project funding is comprised of Park Dedication Funds and Gas Well Revenue Funds. The summary breakout of funding is as follows: Source M&C Current Proposed Total Appropriations Park Dedication L-15656 $235,141.23 N/A $235,141.23 Gas Funding G-18917 $70,000.00 N/A $70,000.00 TotalF- $305,141.23 I $305,141.23 The maintenance impact is expected to begin in June of 2017 and is estimated to be $550.00. Beginning in Fiscal Year 2018, the maintenance impact is anticipated to be $2,020.00 annually. There is no FF&E associated with this project scope. Construction is anticipated to commence in February 2017 and be completed by June 2017. Contract time is 120 calendar days. M/WBE OFFICE - Denco CS Corp., is in compliance with the City's MBE Ordinance by committing to eight percent MBE participation on this project. The City's MBE goal for this project is eight percent. Mosier Valley Park is located in COUNCIL DISTRICT 5. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the current Capital Budget as appropriated of the PACS Dedication Fees Fund and the PACS Gas Lease Capital Projects Legacy Fund, and that prior to an expenditure being made, the Park and Recreation Department has the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year I (Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) 393021 0800450 5740010 CO2306 C04780 $70,000.00 301101 0800450 5740010 CO2306 C04780 $188,500.00 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek (5744) ATTACHMENTS Denco 1295 Form.pdf MCATTACHMENTMOSIERVALLEYPARKSITE1.pdf SamDencoCorp.pdf C-28086 - C CERTIFICATE OF INTERESTED PARTIES FORM 1.295 loll Complete Nos. 1-4 and 6 if there are imeiested parties. OFFICE USE ONLY Complete Nos. 1.2,3,5,and 6 if there are on interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business, 2016-132361 DENCO CS Corp Garland, TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 11/0312016 being filed. City of Fort Worth Date/�ckt►p leg I: -7510 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and proAle a description of the services,goods,or other property to be provided under the contract. CFW-00001 Construction General Contracting 4 Nature of interest Name of interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Smith, Steve Galland, TX United States X Boland, Mark GARLAND,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affhm,under penalty of perjury,that the above disclosure is true and correct. SHAWNEE F. HALLMARK No(ary Puhlic, State of Teras Cornm. Ex wires 08-24-2020 Notary IID 130793426 Sig ature of authorized agent of contracting business entity AFFIX NOTARY STAMP!SEAL ABOVE Sworn to and subscribed before me,by the said � Sm�7nrN this the day of NC)Qdmy�irc 20 J(p ,to certify which,witness my hand and seal of office, r Yl Signature of offii administering oath rinted name of officer administering oath Title of officer a ministering oath Forms provided by Texas Ethics Commission v✓ww.ethics.state.tx.us Version V1.0.277 ADDENDUM NO. 1 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MOSIER VALLEY PARK CITY PROJECT NO. 2306 CITY OF FORT WORTH, TEXAS Addendum Issued: OCTOBER 11, 2016 Bids Received Until: 1:30 P.M. Local Time, Thursday, October 20, 2016 The Contract Documents for the subject project are hereby revised or amended as follows: I. CONTRACT DOCUMENTS AND SPECIFICATIONS A. Bidders Application / Proposal - Clarification II. REFER TO THE FOLLOWING SHEET NUMBERS: A. Sheet 1-1.01—Vehicular Paving clarification. B. Sheet L3.01 —Vehicular Paving detail This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum on the space provided below and on Page "B-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: By:,,�- d[-f S12046 By: L ry P. O' inn, L Title:'D{�. al 6lXti� U-�. Company:1"�Co CS L>� Address: CIS C 3 Tel/Fax. d/(� ADDENDUM NO. 2 TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR MOSIER VALLEY PARK CITY PROJECT NO. 2306 CITY OF FORT WORTH, TEXAS Addendum Issued: OCTOBER 19, 2016 Bids Received Until: 1:30 P.M. Local Time, Thursday, October 20, 2016 The Contract Documents for the subject project are hereby revised or amended as follows: I. REFER TO THE FOLLOWING SHEET NUMBERS: A. Sheet S1.0-Addition of sheet. B. Sheet S1.1 -Addition of sheet C. Sheet E1.00 -Addition of sheet D. Sheet E2.00-Addition of sheet E. Sheet E2.01 -Addition of sheet This Addendum forms a part of the Contract Documents referenced above and modifies the original Contract Documents. Acknowledge receipt of this Addendum on the space provided below and on Page "B-5" of your Bid Proposal and note on the outer envelope of your bid. Failure to acknowledge receipt of this Addendum could subject bidder to disqualification. RECEIPT ACKNOWLEDGED: By L<-teu-p Sontm By: L ry P. O' inn, Title:D►r (}� CGI13�" �/.(�• Company:t>rNCD GS Address: 5�7 52 LAAnf\:-- aAaA C-,IGi r A r%d -Ty 'lin-14 3 Tel/Fax:0n9,.AGLCo 9io0ci �� lo-D1tQ5 00 11 13-1 INVITATION TO BIDDERS Pagel of 2 SECTION 00 11 13 RE-INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of Mosier Valley Park Project, City Project No. 02306 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth,Texas 76102 until 1:30 P.M. CST, Thursday,October 20,2016,and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the(approximate)following:Development of Reserve Park called Mosier Valley Park off of Mosier Valley Drive,Euless TX 76040. Complete installation of new driveways and parking lot,installation park benches,memorial sign wall,concrete curb and gutter,picnic table,pavilion and playground equipment. Erection and disposal of temporary sediment and inclusion of erosion control measures. Construction of steel columns,including brick pavers, and site furnishings. PREQUALIFICATION Non Applicable for this project DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://wwxN,.fortworthgov.org/purchasing/and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded,viewed,and printed by interested contractors and/or suppliers. Copies of the Bidding and Contract Documents may be purchased from Thomas Reprographics, 805 Lamar Street,Fort Worth,Texas 76102. Phone: 817-336-0565 The cost of Bidding and Contract Documents is per the standard printing charges by Thomas IReprographics PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO BIDDERS at the following location,date,and time: DATE: October 10,2016 TIME: 2:00 P.M. PLACE: City of Fort Worth Parks and Recreation Department Office 4200 S.Freeway, Suite 2200 Fort Worth,Texas 76115 LOCATION: Conference Room 1 CITY OF FORT WORTH MOSIER VALLEY PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No.02306 Revised July 1,2011 001113-2 INVITATION TO BIDDERS Page 2 of 2 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. FUNDING Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from revenues generated from user fees and bonds and dedicated by Resolution of the City of Fort Worth Park and Recreation Department to the work under this INVITATION TO BIDDERS. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Cornell Gordon, City of Fort Worth Email: Cornell.Gordon@fortworthtexas.gov Phone: 817-392-5764 AND/OR Attn: Larry O'Flinn,Dunaway Associates,L.P. Email: loflinn@dunaway-assoc.com Phone: 817-335-1121 ADVERTISEMENT DATES September 29,2016 October 6,2016 END OF SECTION CITY OF FORT WORTH MOSIER VALLEY PARK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project.No.02306 Revised July 1,2011 0021 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00-GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person,firm,partnership,company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person,firm,partnership,company,association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided)makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders(Prime Contractors and Subcontractors) 33 34 3.1.All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding.Bids received from contractors who are 36 not prequalified(even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving—Requirements document located at; 40 hUps:HprojecWoint.buzzsaw.coin/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 42 %20Contractor%2OPregualification%2OProgram/PREQUALIFICATION%20REQ 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadway and Pedestrian Lighting—Requirements document located at; 46 hM2s://proieclpoint.buzzsaw.com/fortworthgov/Resources/02%20- 47 %20Construction%2ODocuments/Contractor%2OPrequalification/TPW%2OPaving 48 %20Contractor%o2OPrequalification%2OProgram/PREQUALIFICATION%20REQ 49 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 2 3.1.3. Water and Sanitary Sewer—Requirements document located at; 3 https://proiectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4 %20Constructioii%2ODocuments/Contractor%2OPrequa i i fication/Water%20and%2 5 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgram/WSS%20pre 6 qual%20reguirements.doc?public 7 8 9 3.2.Each Bidder unless currently prequalified,must be prepared to submit to City within 10 seven(7)calendar days prior to Bid opening,the documentation identified in Section 00 11 45 11,BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3.The City reserves the right to require any pre-qualified contractor who is the apparent low 18 bidder(s)for a project to submit such additional information as the City,in its sole 19 discretion may require,including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project,and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s)to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame.Based upon the City's assessment of the submitted 24 information,a recommendation regarding the award of a contract will be made to the 25 City Council. Failure to submit the additional information,if requested,may be grounds 26 for rejecting the apparent low bidder as non-responsive.Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4.In addition to prequalification,additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5.Special qualifications required for this project include the following: 33 34 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 35 36 4.1.Before submitting a Bid,each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data"referred to in 40 Paragraph 4.2.below).No information given by City or any representative of the 41 City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto,shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 45 site conditions that may affect cost,progress,performance or furnishing of the 46 Work. 47 48 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 49 progress,performance or furnishing of the Work. 50 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.4. Be advised, City,in accordance with Title VI of the Civil Rights Act of 1964,78 2 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49,Code of Federal Regulations, 3 Department of Transportation,Subtitle A,Office of the Secretary,Part 21, 4 Nondiscrimination in Federally-assisted programs of the Department of 5 Transportation issued pursuant to such Act,hereby notifies all bidders that it will 6 affirmatively insure that in any contract entered into pursuant to this advertisement, 7 minority business enterprises will be afforded full opportunity to submit bids in 8 response to this invitation and will not be discriminated against on the grounds of 9 race,color,or national origin in consideration of award. 10 11 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 12 contiguous to the Site and all drawings of physical conditions relating to existing 13 surface or subsurface structures at the Site(except Underground Facilities)that 14 have been identified in the Contract Documents as containing reliable "technical 15 data"and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 16 at the Site that have been identified in the Contract Documents as containing 17 reliable "technical data." 18 19 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 20 the information which the City will furnish.All additional information and data 21 which the City will supply after promulgation of the formal Contract Documents 22 shall be issued in the form of written addenda and shall become part of the Contract 23 Documents just as though such addenda were actually written into the original 24 Contract Documents.No information given by the City other than that contained in 25 the Contract Documents and officially promulgated addenda thereto,shall be 26 binding upon the City. 27 28 4.1.7. Perform independent research,investigations,tests,borings,and such other means 29 as may be necessary to gain a complete knowledge of the conditions which will be 30 encountered during the construction of the project. On request,City may provide 31 each Bidder access to the site to conduct such examinations,investigations, 32 explorations,tests and studies as each Bidder deems necessary for submission of a 33 Bid. Bidder must fill all holes and clean up and restore the site to its former 34 conditions upon completion of such explorations,investigations,tests and studies. 35 36 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37 cost of doing the Work,time required for its completion,and obtain all information 38 required to make a proposal.Bidders shall rely exclusively and solely upon their 39 own estimates,investigation,research,tests,explorations, and other data which are 40 necessary for full and complete information upon which the proposal is to be based. 41 It is understood that the submission of a proposal is prima-facie evidence that the 42 Bidder has made the investigation,examinations and tests herein required. Claims 43 for additional compensation due to variations between conditions actually 44 encountered in construction and as indicated in the Contract Documents will not be 45 allowed. 46 i CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 t l 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.9. Promptly notify City of all conflicts,errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of- 8 £8 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings, if any,on the plans are for general information only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of 13 conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures(except Underground Facilities)which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents,but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data,interpretations, opinions or information. 26 27 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 28 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means,methods,techniques, sequences or 31 procedures of construction(if any)that may be shown or indicated or expressly required 32 by the Contract Documents,(iii)that Bidder has given City written notice of all 33 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 35 etc.,have not been resolved through the interpretations by City as described in 36 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 41 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 43 Documents. 44 45 5. Availability of Lands for Work,Etc. 46 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),No.2306 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities, construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 10 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 11 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 12 of-way, easements,and/or permits are not obtained,the City reserves the right to cancel 13 the award of contract at any time before the Bidder begins any construction work on the 14 project. 15 16 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 17 way,easements,and/or permits, and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits 19 and/or easements. 20 21 6. Interpretations and Addenda 22 23 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 24 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 25 received after this day may not be responded to.Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Documents. 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 30 31 Address questions to: 32 33 City of Fort Worth 34 1000 Throckmorton Street 35 Fort Worth,TX 76102 36 Attn: Cornell Gordon, Park and Recreation Department 37 Fax: (817) 871-5724 38 Email: Comell.Gordon@fortworthtexas.gov 39 Phone: (817) 392-5764 40 41 42 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. 44 45 6.3.Addenda or clarifications may be posted via Buzzsaw. 46 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 17 default,rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which,or the dates by which,Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or-Equal" Items 32 The Contract,if awarded,will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or"or-equal"items. 34 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or"or- 35 equal"item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 41 11. Subcontractors,Suppliers and Others 42 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cil,No.2306 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- i , 2 12-2011 (as amended),the City has goals for the participation of minority business 3 and/or small business enterprises in City contracts. A copy of the Ordinance can be 4 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 5 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 6 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 7 Venture Form as appropriate. The Forms including documentation must be received 8 by the City no later than 2:00 P.M. CST,on the second business days after the bid 9 opening date. The Bidder shall obtain a receipt from the City as evidence the 10 documentation was received. Failure to comply shall render the bid as non- responsive. 12 13 11.2. No Contractor shall be required to employ any Subcontractor, Supplier,other person 14 or organization against whom Contractor has reasonable objection. 15 16 12. Bid Form 17 18 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 19 obtained from the City. 20 21 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 22 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 23 the Bid Form. A Bid price shall be indicated for each Bid item,alternative, and unit 24 price item listed therein. In the case of optional alternatives,the words "No Bid," 25 "No Change," or"Not Applicable"may be entered.Bidder shall state the prices, 26 written in ink in both words and numerals, for which the Bidder proposes to do the 27 work contemplated or furnish materials required.All prices shall be written legibly. 28 In case of discrepancy between price in written words and the price in written 29 numerals,the price in written words shall govern. 30 31 12.3. Bids by corporations shall be executed in the corporate name by the president or a 32 vice-president or other corporate officer accompanied by evidence of authority to 33 sign. The corporate seal shall be affixed. The corporate address and state of 34 incorporation shall be shown below the signature. 35 36 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 37 partner,whose title must appear under the signature accompanied by evidence of 38 authority to sign. The official address of the partnership shall be shown below the 39 signature. 40 41 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 42 member and accompanied by evidence of authority to sign. The state of formation of 43 the firm and the official address of the firm shall be shown. 44 45 12.6. Bids by individuals shall show the Bidder's name and official address. 46 47 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 48 indicated on the Bid Form. The official address of the joint venture shall be shown. 49 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 Y 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.8. All names shall be typed or printed in ink below the signature. 2 3 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 4 which shall be filled in on the Bid Form. 5 6 12.10. Postal and e-mail addresses and telephone number for communications regarding the 7 Bid shall be shown. 8 9 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 10 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 11 to State Law Non Resident Bidder. 12 13 13. Submission of Bids 14 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 15 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 16 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 17 envelope,marked with the City Project Number,Project title,the name and address of 18 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 19 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 20 envelope with the notation"BID ENCLOSED" on the face of it. 21 22 14. Modification and Withdrawal of Bids 23 24 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 25 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 26 must be made in writing by an appropriate document duly executed in the manner 27 that a Bid must be executed and delivered to the place where Bids are to be submitted 28 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 29 are opened and publicly read aloud,the Bids for which a withdrawal request has been 30 properly filed may, at the option of the City,be returned unopened. 31 32 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 33 time set for the closing of Bid receipt. 34 35 15. Opening of Bids 36 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 37 abstract of the amounts of the base Bids and major alternates(if any)will be made available 38 to Bidders after the opening of Bids. 39 40 16. Bids to Remain Subject to Acceptance 41 All Bids will remain subject to acceptance for the time period specified for Notice of Award 42 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 43 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 44 45 17. Evaluation of Bids and Award of Contract 46 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids,including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders,Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers,and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs,maintenance requirements,performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35%of the value embraced on the Contract,unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award G 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than z 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a x 47 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 48 comparable contract in the state in which the nonresident's principal place of 49 business is located. 50 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded,City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance,and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 21,2015 00 35 13 BID FORM Paye 15 of 15 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as "City") procurement are required to complete Conflict of Interest Questionnaire (the attached CIO Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from the website links provided below. http://www.ethics.state.tX.Lis/forms/CIQ.pdf http_//www.ethics.state.tx.us/forms/CI S.pdf ❑ CIO Form is on file with City Secretary ® CIO Form is being provided to the City Secretary ❑ CIS Form is on File with City Secretary ® CIS Form is being provided to the City Secretary BIDDER: 1,/UC0 aS Gore By: Printed Name Here xct- Signature: ALAI-X� C�ptrta�(y 'I C)4 -3 i,Y"r o� Cv�-tNl�4lai'1 vp Title: Title Here END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook_xIs CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code.An offense under this section is a misdemeanor. .1J Name of vendor who has a business relationship with local governmental entity. N 1 2 Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) -3J Name of local government officer about whom the information is being disclosed. NR Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer,as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? El Yes F,>—<—] No B. Is the vendor receiving or likely to receive taxable income, other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes © No JJ Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. JV 6 F-1Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 N Pr Signature of vendor doin business with the governmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity A complete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/ Docs/LG/htm/LG.176.htm. For easy reference, below are some of the sections cited on this form. Local Government Code§176.001(1-a):'Business relationship"means a connection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state or federal agency and that is subject to regular examination by, and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): (a) A local government officer shall file a conflicts disclosure statement with respect to a vendor if: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds $2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and (a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity, or a family member of the officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity; or (B) submits to the local governmental entity an application,response to a request for proposals or bids, correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer, or a family member of the officer,described by Subsection (a); (B) that the vendor has given one or more gifts described by Subsection(a);or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Mosier Valley Park Improvements City Project No.: 2306 Units/Sections: Park Construction 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.02306 Form Revised 20120327 Bold and Italics part of Addendum No.1 0041 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: Park Construction 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 170 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.02306 Form Revised 20120327 Bold and Italics part of Addendum No.1 0041 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 6.3. Evaluation of Alternate Bid Items Total Base BidTo C- no Alternate Bid �j Z , 7 7 Total Bid 7. Bid Submittal This Bid is submitted on October 18, 2016 by the entity named below. Respectfully submit , Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: SS (Signature) Addendum No. 2: 35 Addendum No. 3: Steve Smith Addendum No. 4: (Printed Name) Title: Director of Construction/V.P. Company: DENCO CS Corp Corporate Seal: Address: 5525 Lyons Road Garland, TX 75043 State of Incorporation: Texas Email: ssmithadencocs.com Phone: 972-226-2609 END OF SECTION CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.02306 Form Revised 20120327 Bold and Italics part of Addendum No.1 00 42 43 BID FORM Page 1 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Section No. Unit of Bid Quantity Unit Price Bid Value No. Measure Mobilization and Site Preparation 0241 1 15C14:E31B17C14:D29 LS 1 C14:F31 $12,956.00 $12,956.00 2 Clearing and Demolition 02 41 15/31 10 00 LS 1 $13,596.00 $13,596.00 3 Gradin 31 2316 _ LS 1. $21,039.00 ..-__ . Grading $21,039.00 4 Erosion Control 31 2500 LS 1 $5,008.00 $5,008.00 5 Concrete Topping Slab including Containment Border 32 13 13 SF 6,800 $7.00 $47,600.00 6 Brick/Paver Installation(Installation Labor only) 32 1416 SF 1,900 $3.00 $5,700.00 7 Concrete Curb&Gutter 32 1613 LF 200 $19.00 $3,800.00 8 Concrete Edge(around vehicular paving) 32 1320 LF 270 $16.00 $4,320.00 9 Concrete Walk-Med.Broom Finish(5"depth) 32 13,20 SF 1,050 $8.00 $8,400.00 10 Concrete Entry Drive Approaches 32 13 20 EA 2 $7,065.00 $14,13.0_.00 11 Vehicular Paving-4"Decomposed Granite(Installation Labor N/A SF 6,300 Only including stabilizer and filter fabric) $6.00 $37,800.00 12 Removable Bollard 02 82 10,32 31 26 EA _ 1 $549,00 $549.00 13 Wheelstops 32 13 20 EA 14 $70.00 $980.00 14 Concrete Memorial Sign Wall 32 32 13 LS 1 $30,560.00 $30,560.00 15 "H"Pipe Post N/AEA 2 $1,384.00 $2,768.00 16 Solid Sod 32 92 11 13 SF- 4,200 $0.71 $2,967.00 17 Hydro mulching 32 92-13 LS - 1 $1,493.00 $1,493.00 18 Mulch for Landscape Beds including Weed Barrier Fabric 32 93 43 LS _ 1 $3,929.00 $3,929.00 _ - - 19 Trees,including Gator watering bags and Maintenance 32 93 43 EA 2 $847.00 $1,694.00 20 Sleeving for Future Irrigation 0281 00 LS 1 $2,416.00 $2,416.00 21 JTree Maintenance for One(1)Year N/A EA 2 $847.00 $1,694.00 Total Base Bid $221,705.00 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.02306 Form Revised 20120327 Bold and Italics part of Addendum No.1 00 42 43 BID FORM Page 2 of 2 SECTION 00 42 43 PROPOSALFORM UNIT PRICEI i r' Application Project Item Information Bidders Proposal Bidlist Item Description Specification Section No. Unit of Bid Unit Price Bid Value No. Measure Quantity BID ALTERNATES eu BA-1 Irrigation Installation 0281 00 LS _ 1 Planting Beds,with Bed Prep,and Plants in lieu of Base BA-2 32 93 43 LS 1 Bid _ _. _ �2)�19�0o Playground Concrete Edge,Steps,Railing,and Drainage BA-3 32 13 20 LS 1 $/�5V6,0e P/t// 5 Gj'(,•nv BA-4 Ball ToSS_Play Equipment 11 6814 _ EA 1 9/ UL!TL v �, /r L)c/2 oc) BA-7 Metal Frame Column 051200- EA 10 �/[;-3 3 y, BA-5 Playground Equipment and Fibar Surfacing 11 68 14/11 68 14 LS 1 �30 b� 3pl �r!/•cc BA-6 Concrete Retagininq Wall 323213 13 LS 1 9 3�u„ �!�/ �33•0Q_ v � 37 y�[�•�a BA-8 Interpretive Si,nape N/A EA 4 y 3.-{ /�,c > BA-9 Memorial Sign Wall Sign Inserts-Each Panel N/A EA 6 �,[�/ 1 UJ 1r BA-10 Park Siqn 32 32 13 LS 1 $3d .c� 560eD 3 p 5�,o,cJ BA-11, Concrete Plinth_ _ 02 87 00 EA 3 3 ')/7u 1�g/,dv BA-12 Brick Paving(Material Only) 32 14 16 SF 1,900 1 3•w 1 y BA-13 Stainless Steel Tension Wire and Hardware N/A LS 1 _3S32.w 3if53 Z BA-14 Interpretive Signage-Chalk Board and Hallway N/A EA 2 ��05`I BA-15 Electrical Installation-Level_1, N/A LS 1 /, /S-3 co /�j,5 3 5.— BA-16 Electrical_Installation-Level 2 N/A LS 1 -Z/G c(!•v 21 y�.Ov BA-17 Electrical Installation-Level 3 N/A LS 1 361 c BA-18 Small Pavillon-20'x28 N/A EA 2 j,b5 7�??_ 9 66,//v.vo BA-19 Pavillon Framing Structure-19x24' N/A LS 1 BA-20 6 Picnic Tables 02 87 00 EA 6 �c o _. _- BA-21 8 ADA Picnic Tables 02 87 00 EA 2 % qp I BA-22 Pavilion Slab Railing-3.5'Cable N/A LF 210 lb/ •v© 410,oo BA-23 Water Meter and Tap N/A LS 1 BA-24 Integral Color Concrete in lieu of Brick Paving 32 13 13 SF 1,900 1 7.06 F 13,3040.0 u BA-25 Landscape Maintenance for One(1)Year N/A LS 1 173c/7•uu $71 3 V 700 BA-26 Vehicular Paving-Asphalt Paving and Striping,in lieu of 32 01 17,32 17 23 SF 6,300 /•DU $(� �CO•� the Decomposed_Granite in the Base Bid(Item 11) _ / Vehicular Paving-4"Depth Decomposed Granite(Material BA-27 Only including decomposed granite and stabilizer) N/A SF 6,300 Total Alternate Bidl 3q Z 77 5. Total Bid / go j Co END OF SECTION CITY OF FORT WORTH Mosler Valley Perk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.02306 Form Revised 20120327 Bold and Italics part of Addendum No,f 00 43 37 BID FORM Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: DENCO CS Corp By: Steve Smith 5525 Lyons Road Garland, TX 75043 (Signature) 0 Title: Director of Construction /V.P. Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Mosier Valley Park Form Revised 20120327 City No.02306 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 023 OLP Contractor further certifies that,pursuant to Texas 7 Labor Code, Section 406.U96(b),as amended,it will provide to City its subcontractor's 8 certificates of compliance with worker's compensation coverage. 9 10 CONTRACTOR: 11 12 'p C',S Cs r� By: SYYI Cin 13 Company (Please riot) 14 15 n5 ,f2- U.AprS t Signature: A V 16 Address 17 18 r 1G nG� 'fix Title:T--)1 r d (Ms i- P_ 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME,the undersigned authority,on this day personally appeared 27 Sjd11h ,known to me to be the person whose name is 28 subscribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed of C�j CG for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this 'o�D day of 33 IA ,20 4— 34 35 36 37 Notary Public in and for the State of Texas 38 39 END OF SECTION Emilio Shau►is Notary NdAG,Mate O4 Taxes 40 •®• NolnvVIU,9055241=0 �,9 OFSE+'y my cummissloa 12:r3r G'o June 13,2020 CITY OF FORT WORTH Mosier 17alleyPark STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 00 45 12 BID FORM Page 14 of 15 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date ill o4u r-�Y-aA s The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: By: (Signature) Title-D't r. D T ccy&� l v- P. Date: / j2 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_81d Proposal Workbook.xls ,' A tv— IA Document A30F - 1986 Contractor's QualificationStatement The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO ADDITIONS AND DELETIONS: The author of this document has (Paragraph deleted) added information needed for its ADDRESS completion.The author may also SUBMITTED BY: DENCO CS Corporation have revised the text of the original AIA standard form.An Additions and it�,�v.dencocs.coitt Deletions Report that notes added information as well as revisions to NAME: Steven J Smith the standard form text is available from the author and should be ADDRESS: 5525 Lyons Road Garland TX 75043 reviewed.A vertical line in the left margin of this document indicates PRINCIPAL OFFICE: 5525 Lyons Road Garland,TX 75043 where the author has added necessary information and where 1 [ ] Corporation the author has added to or deleted II Partnership from the original AIA text. [ ] [ This document has important legal]Individual consequences.Consultation with an [ ]Joint denture attorney is encouraged with respect Other to its completion or modification. [ l This foam is approved and recommended by the American NAME OF PROJECT (f applicable):A305 Institute of Architects(AIA)and The Associated General Contractors of TYPE OF WORK(file separate form for each Classification of Work): America(AGC)for use in evaluating the qualifications of contractors. No [ X ] General Construction endorsement of the submitting party or verification of the information is [ ]HVAC made by AIA or AGC. [ ]Electrical [ ]Plumbing [ ]Other(please specify) 1. ORGMIZATION § 1.1 How many years has your organization been in business as a Contractor? 27 I § 1.2 How many years has your organization been in business wider its present business name? 12 § 1.2.1 Under what other or former names has your organization operated? Boland Construction,DENCO Construction Specialists § 1.3 If your organization is a corporation,answer the following: I § 1.3.1 Date of incorporation: December 2004 § 1.3.2 State of incorporation: Texas AIA Document A306T —1986.Copyright®1964,1969,1979 and 1986 by The American institute of Architects,Ali rights reserved.WARNING:This A10 Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA` bocumont,or any � portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent porsible under the law.This document was produced by AIA software at 13.36.26 on 091261201E under Order h+o.8755340139 1 which expires on 0611012017,and is not for resale. User Notes: (1815686992) I § 1.3.3 President's name: Mark Boland § 1.3.4 Vice-president's name(s)NIA I 1.3.5 Secretary's name: Steven J Smith § 1.3.6 Treasurer's name: Steven J Smith § 1.4 If your organization is a partnership,answer the following: § 1.4..1 Date of organization: 1.4.2 Type of partnership(if applicable): § 1.4.3 Name(s)of general partner(s) § 1.5 Ifyour organization is individually owned,answer the following: § 1.5.1 Date of organization: § 1.5.2 Name of owner: § 1.6 If the form of your organization is other than those listed above,describe it and name the principals: I § 2. LICENSING § 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business,and indicate registration or license numbers,if applicable. All of Texas&Oklahoma,Colorado,Connecticut,Delaware,Florida,Idaho,Illinois, Indiana,Iowa,Kansas, Kentucky,Maine,Maryland, Michigan,Minnesota,Missouri,Montana,Nebraska,New Hampshire,New Jersey, North Dakota,Ohio,Pennsylvania,Rhode Island,South Dakota,Vermont,Washington,Wisconsin, Wyoming. § 2.2 List jurisdictions in which your organization's partnership or trade name is filed. I § 3. EXPEMENCE § 3.1 List the categories of work that your organization normaliy performs with its own forces. I Project Management, Supervision,Field Engineering,Clean-up,Carpentry, Demo, Concrete,Mise steel,Framing § 3.2 Claims and Suits. (If the answer to any of the questions below is yes,please attach details.) § 3.2.1 Has your organization ever failed to complete any work awarded to it? I NONE § 3.2.2 Are there any judgments,claims,arbitration proceedings or suits pending or outstanding against your organization or its officers? I NONE § 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years. I NONE AIA Docun€eret A305-—1985.Copyright @ 1954,1969,1979 and 1985 by The American Institute of Architects.All rights reserved.WARNING,This AIA`' Document is protected by U.S.Copyright Lava and Internationai Treaties.unauthorized reproduction or distribution of this Alk, Document,or any portion of it,may rexult in severe civil and criminal penattles,and will be prosecuted to the maximum extent possible under tiro law.This document was produced by AIA software at 13:36:26 on 09/2612016 under Order No.8755340139_1 which expires on 06/1012017,and is not for mete_ User Notes: (1815685992) § 3.3 Within the last five years,has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes,please attach details.) NO § 3.4 On a separate sheet,list major construction projects your organization has in progress,giving the name of project,owner,architect,contract amount,percent complete and scheduled completion date. Please see what our clients are saying at http://www.youtube.com/user/DENCOCS and also visit www.dencocs.com and htt 1/dencocs.com/references.1-itin 3.4.1 State total worth of work in progress and under contract: ' $4.12 Million § 3.5 On a separate sheet,list the major projects your organization has completed in the past five years,giving the name of project,owner,architect,contract amount,date of completion and percentage of the cost of the work performed with your own forces. See Attached § 3.5.1 State average annual amount of construction work performed during the past five years: $10 Million Average Number of Jobs per Year— 10 § 3.6 On a separate sheet,list the construction experience and present commitments of the key individuals of your organization. See Attached 4. REFERENCES § 4.1 Trade References: I See Attached § 4.2 Bank.References: Frost Bank 3235 Douglas Ave. Dallas,TX Office: Melinda Matthews 214-515-4221 Entail:Melinda.matthews,c frostbank.com § 4.3 Surety: 4.3.1 Name of bonding company: Philadelphia Indemnity Insurance Company One Bala Plaza,Suite 1 O013ala Cynwyd, PA 19004-1403 Phone:377433-7459 Capacity: $15 Million Aggregate $12 Million Single Project § 4.3.2 Name and address of agent: Baldwin-Cox Agency, AtA Document A306' —18HS.Copyright 0 1964,1969,1979 and 1986 by The American Institute of Architects.All rights reserved.WARNING:This AIA" Document is protected by U.S,Copyright Lays and IntnrnationaI Trea—Voa.U"authori>-ed reproduction or distribution of"Ate Docum®nt,or eny 3 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extant possible under the lava.This document was produced by AlA software at 13:36:26 on O9f26t2016 under Order N0.8755340139 1 which expires on 06/10/2017,and is not for resale. User Notes: (1815685992) I5930 Preston View Blvd.,Dallas,TX 75240 § 5. FNANCING § 5.1 Financial Statement. § 5.1.1 Attach a financial statement,preferably audited,including your organization's latest balance sheet and income statement showing the following items: Current Assets(e.g.,cash,joint venture accounts,accounts receivable,notes receivable,accrued income,deposits,materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities(e.g.,accounts payable,notes payable,accrued expenses,provision for income taxes,advances,accrued salaries and accrued payroll taxes); Other Liabilities(e.g.,capital,capital stock,authorized and outstanding shares par values,earned surplus and retained earnings). § 5.1.2 Name and address of firer preparing attached financial statement,and date thereof McDonald and Simmons,P.C. 8330 Meadow!load, Suite 210 Dallas,TX 75231 Phone: 214-265-9792 david@mcdonaldsimmons.com § 5.1.3 is the attached financial statement for the identical organization named on page one? VES § 5.1.4 if not,explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g.,parent-subsidiary). NA § 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? VES 1 § 6. SIGNATURE § 6.1 Dated at this day of Name of Organization: DEPCO CS Corporation By: Steven J Smith AVA� Title: Director of Construction § 6.2 AIA Docunwrit A305TO—9986.Copyright 0 1964,1969,1979 and 1986 by The American Institute of Architects.All rights reserved.WARNING,This AIA" Docurnent Is protected by U.S.Copyright Lava and Internatiorml Treaties.Unauthorized reproduction or distribution of this AIA6' Document,or any 4 portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possiblo under the law.This document was produced by AIA software at 13:36:26 on 09/26/2016 under Order No.8755340139 1 which expires on 06110/2017,and is not for resale. User Notes: (1815685992) ISteven J Smith being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of Notary Public: Emilie A Shaulis Aly Commission Expires: June 13,2020 Emilie Sheulis ti►q ?JaG Notary Public,State Te ® Notary I #1055245-8 y ®m ree June 13,2020 AIA Document A3067S1-1986.Copyright 01964,196%1979 and 1986 by The American Institute of Architects.Aft rtghft rewmed.WARNING.This AIA`'` Mmimmsit is protetiett by U.S.Copyriffiht Lmi ascii inti rcratiosia!Traatieo.Unauthorized repmduutton ar distrihutior of this Ate CVecuiziesit,or any 5 Portion of it,may result in severe civil and criminal penalties,and will he prosecuted to the rnaximnni extent possible under tiie lawn This document was produced by AIA software at 13:36:26 an 09/2612016 under Order No.8755340139 1 which expires on 0611012017,and is not for resale_ User Notes: (1815685992) 00 45 40-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 11 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is ,"? 004540-2 Minority Business Enterprise Specifications Page 2 of 2 1 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The M/WBE Office at(817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Mosier Valhey Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,No.2306 Revised June 9,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on January 24, 2017 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and Denco CS Corp., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Mosier Valley Park 16 City Proiect Number CO2306 17 Article 3. CONTRACT TIME 18 3.1 Time is of the essence. 19 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 20 Documents are of the essence to this Contract. 21 3.2 Final Acceptance. 22 The Work will be complete for Final Acceptance within 170 days after the date when the 23 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 24 3.3 Liquidated damages 25 Contractor recognizes that time is of the essence of this Agreement and that City will 26 suffer financial loss if the Work is not completed within the times specified in Paragraph 27 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 28 General Conditions. The Contractor also recognizes the delays, expense and difficulties 29 involved in proving in a legal proceeding,the actual loss suffered by the City if the Work 30 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 31 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 32 City One Thousand dollars ($1 0, 00.00) for each day that expires after the time specified 33 in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 34 Acceptance. CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2306 005243-2 Agreement Page 2 of 4 35 Article 4. CONTRACT PRICE 36 City agrees to pay Contractor for performance of the Work in accordance with the Contract 37 Documents an amount in current funds of Two Hundred Twenty-One Thousand, Two Hundred 38 Eighty-Four and 00/100 DOLLARS ($221,284.00). 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents (project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,Project Number CO2306 005243-3 Agreement Page 3 of 4 74 Article 6. INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of, the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs, expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act,omission or negligence of the city. 94 95 Article 7.MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH Alosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2306 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties ("Effective Date"). 127 Contractor: City of-Fort-Worth 17� to Ca�s�rruc nn Saee;al�s e.o�. �� By: f Susan Alanis By: Assistant City Manager (Signature) � &-leve_ SXV,IPA_ Date Attestretary ti �» (Printed Name) 51.City � ,,� (Seal) Title:��- 1�1`(P-80Y Ort c. 3iyu�on 0P�:� Address: 5 S'a S LLionz, K8• Gax LWIA TX 5043 M&C L ` OF/ Date: �- (Z 9 r tot i. 13 2 City/State/Zip. A proved as to Form and Legali ...... al tp l� - Date D uglas W. Black Assistant City Attorney 128 129 130 APPROVAL ONEAE D 131 132 133 134 c- a d Zivala 135 D CTOR, 136 Parks and Cominunity Services Department 137 OFFICIAL RECORD CITY OF FORT WORTH CITY SECRETARY Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS "No TM 1j, oject Number CO2306 Contract Compliance Manager: By signing I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. 7 Name of Employee Title 00 61 13-I PERFORMANCE BOND Page 1 of 2 1 SECTION 00 6113 2 PERFORMANCE BOND Bond No. PB03228301822 3 4 THE STATE OF TEXAS 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,RECO CSCORP.,known as"Principal"herein and 8 Philadelphia Indemnity Insurance Company a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created I 1 pursuant to the laws of Texas,known as"City"herein,in the penal sum of,TWO HUNDRED 42 TWENTY-ONE THOUSAND, TWO HUNDRED EIGHTY-FOUR AND 0#/1 DO Dollars 13 ($221,284.OD), lawful money of the.United States,to be paid in.Fort Worth,Tarrant County, 14 Texas for the payment of which sum well and truly to be made,we bind ourselves,our heirs; 15 executors,administrators,successors and assigns,jointly and severally,firmly by these presents. 16 WHEREAS,the:Principal has entered into a certain written contract with the City 17 awarded the 24th day of January,2017,which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein.,to furnish all materials,equipment labor and 19 other accessories defined by law,in.the prosecution of the Work,including any Change Orders, 20 as provided for in said Contract designated as.Mosier Valley Park, Ci1y_:Proiect Numbers 21 CD23©G: 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal shall 23 faithfully perform it obligatims under the Contract and shall in all respects duly and faithfully 24 perforin the.Work,including.Change Orders,under the Contract;according to the plans, 25 specifications;and contract documents therein referred to,and as well during any period of- 26 extension ofthe Contract that may be granted on the part of the City,then this obligation shall be 27 and become null.and void,otherwise to remain in fUll force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Port 30 Worth Division. 31 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 32 Texas Government Code,as amended,and all liabilities on this bond shall be determined in 33 accordance with the provisions of said statue. 34 IN WITNESS WHEREOF,the Principal and the Surety have SIGN13D and SEALED 35 this instrument by duly.:Wthorized agents and officers on.this. CITY OF FORT WORTH 1L10'srer Valley Park STANDARD CONSTRIICCION SPECIFICATION DOCUMENTS C1tyProjeaJVa:CO23©6 Revised July 1,201'1 Bond No. PB03228301822 0061 13-2 PFRFORMANCF BOND Page 2 of 2 1 PRINCIPAL: 2 Denco CS Corp. 3 4 —— 5 BY: V 7L- 6 -Signafure 7 ATTEST: 8 �� �, r 9 V? OT W'�JU ef7� 10 (Principal)Secretary Name and Title 11 J 12 Address: R[.# 13 Ghr(wa d Tt_ 7M 4Z 14 _ 15 16 Witness as to Principal 17 SURETY: 18 Philadelphia Indemnity Insurance Company 19 20 r� 21 BY: O 22 ignature 23 24 Brock Baldwin,Attorney-in-Fact 25 Name and Title 26 27 Address:One Bala Plaza 28 Suite 100 29 Bala Cynwyd, PA 19004-1403 30 - 31 jithess as to Surety Neira Her ndez Telephone Number: 610-617-7900 32 33 34 35 *Note: if signed by an officer of the Surety Company, there must be on file a certified extract 36 from the by-laws showing that this person has.authority to sign such obligation. If 37 Surety's physical address is different.fram its mailing address, both must be provided. 38 The date of the bond shall not be prior to the date the Contract is awarded. 39 CITY OF FORT WORTH Mnsler Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projecl No:CO2306 Revised July 1.2011 006 14-1 PAYMENTBOND Page 1 of 1 SECTION 00 6114, 2 PAYMENT BOND Bond No. PB03228301822 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS; 6 COCINTY OF TARRANT § 7 That we, DENCO .. CS CORP., known as "Principal" herein, and 8 Philadelphia Indemnity Insurance Company , a corporate .surety 4 (sureties), duly :authorized to do business in the State of Texas, known as "4Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal spm of TWO HUNDRED TWENTY-ONE THOUSAND, TWO HUNDRED 13 FOUR AND 00/100 Dollars(J22I.284,00 lawful money of the United States,to be paid in Fort 14 Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 'WHEREAS,Principal has,entered into a certain written Contract with City,awarded the 18 24th day ofJaauary,201.7,-which Contract is.hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein;to furnish all materials,equipment, labor and other 20 accessories as defiried.by law,in the prosecution of the Work as provided for in said Contract and 21 designated as Mosier Palley Park,City Protect Number:CO2306; 22 NOW,THEREFORE,THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any(and all).payment bond beneficiary(as defined in 24 Chapter 2253 of the Texas Government Code,as amended)in the prosecution of the Work under 25 the Contract,then this obligation shall be and become null and void,otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be detennined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite Project Nq:C62306 Revised July t,2011 Bond No. PB03228301822 0061 14-2 PAYMENTBOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALF;D 2 this instrument by duly authorized agents and officers on this the 24th day of January,2017. 3 PRINCIPAL: Denco CS Corp. ATTEST: BY: l_ Si ature VP a� CV >AYaJ n (Principal)Secretary Name and Title Address: 559E> L.115n5 9' Gar lsL,t TX 1)43 Witness as to Principal SURETY: Philadelphia Indemnity Insurance Company ATTEST: BY: ✓� Signature Brock Baldwin, Attorney-in-Fact (Surety)Secretary Trenae Donovan Name and Title Address: One Bala Plaza Suite 100 Bala Cynwyd, PA 19004-1403 it ss as to Surety Neira H nandez Telephone Number: 610-617-7900 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address,both must be provided. 8 9 The date of the bond shal l not be prior to the date the Contract is awarded. t0 END OF SECTION li CITY OF FORT WORTH :Mosier Palley Park STANDARD CONSTRUCTION SPFC[FICATION r)ocuMENTS City Project Alo;CO2306 Revised July 1,2011 0061 J§-1 MAINTENANCE BOND Pap I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND Bond No. PB03228301822 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRAN.0 § 7 8 That we DENCO CS CORP., known as"Principal"herein and 9 Philadelphia Indemnity nsurance Company a corporate surety(sureties,if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one I i or more),are held and firmly bound unto the City of Fort Worth;a municipal corporation created .1.2 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of TWO 13 .HUNDRED TWENTKONF. THOUSAND, TWO HUNDRED EIGHTY-FOUR AND 00/100 14 Dollars($221,284.001, lawful money of the United States,to be paid in Fort Worth,Tarrant S County,Texas,for payment ofwhieh sum well and truly be made unto the City and its 16 successors,we bind ourselves,our heirs,executors,administrators,successors and assigns,jointly 17 and severally,firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded the- 20 24th day of January,2017, which Contract is hereby referred to anda matte part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by Iaw,in the prosecution of the Work,including any Work resulting from.a duly 23 authorized Change Order(collectively herein,the"Work")as provided�for in said contract and 24 designated as Mosier ValleE Park,City Protect Number. CO2306 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 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by.the City("Maintenance Period");and 30 31 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WOItr11 Mosier FalleyPark STANDARD CONSTRUCTION SPECIFICATION DOCIJMFNTS City Project No:002306 Revised July 1,2011 Bond No. PB03228301822 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work,for which timely notice was provided by City,to a completion 3 satisfactory to the City;then this obligation shall become null and void;otherwise to remain in 4 full force and-effect. 5 6 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work,it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond;and 10 I 1 PROVIDED.FVRTHER,.that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Masier ValleyPark STANDARD CONS'RUCTION SPECIFICATION DOCUMENTS City Project No.CO2306 Revised July I,2011 Bond No. PB03228301822 0061 19-3 MAINTENANCE BOND Page 3 of 3 l 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 24th day of January,2017. 3 4 PRINCIPAL: 5 Denco CS Corp. 6 7 8 BY: _ 9 �signtftume_ 10 ATTEST: II 12 SeVe. °t.t` ' V P O-F51►'u i+ t 13 (Principal)Secretary Na'mee a.�ndd Title p� 14 15 Address: --�Q 16 rip � 25Q4'3 17 18 19 Witness as to Principal 20 SURETY: 21 Philadelphia Indemnity Insurance Company 22 23 e 24 BY:—. 25 bnature 26 27 Brock Baldwin, Attorney-in-Fact 28 ATTEST: Name and Title 29 30 �� Address: One Bala Plaza 31 (Surety4tourety nae Dono n Suite 100 32 Bala Cynwyd, PA 19004-1403 33 34 tltessNeira Her dez Telephone Number:610-617-7900 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. if 38 Surety's physical address is different from its.mailing address, both must be provided. 39 The date of the bond shalt not be prior to the date the Contract is awarded. 40 (1) CITY OF FORT WORTH r1-/osier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S Citl�Project A'o:CO2306 Revised July I,2011 IMPORTANT NOTICE ADVISO IMP©RTANTE To obtain information or make a complaint: You may Para obener information o para sorxmeter una queja: call the Surety's toll free telephone number for Usted puede Ilamar al numero de telefono gratis de information or to make a complaint at: para information o para someter una queja al: 1-877-438-7459 1-877-438-7459 You may also write Philadelphia indemnity Insurance Usted tanbien puede escribir a Philadelphia Company at: Indemnity Insurance Company One Bala Plaza,Suite 100 One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004 Bala Cynwyd, PA 19004 Attention. Senior Vice President and Attention: Senior Vice President and Director of Surety Director of Surety You may contact the Texas Department of Insurance Puede comunicarse con el Departamento de to obtain information on companies, coverage, rights Seguros de Texas para obtener information acerca or complaints at: de companies, coberturas, derechos o quejas ak 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Puede escribir al Departmento de Seguros de Texas: at: P.O.Box 149104 P.O. Bax 149104 Austin,TX 78714-9104 Austin,Tit 78714-5104 Fax#512-475-1771 Fax#512-475.1771 Web: hftp://www.tdi.stzite.bc.us; Web: hftp://www.tdi.state.tx.us Email: G nsumerProtection�iatdi.state.tx.us Email: ConsumerProtection@t—di.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si a dispute concerning your premium or about a claim, tiene una disputa concerniente a`su prima o a un you should contact the Surety first. If the dispute is reclamo, Bebe comunicarse con el Surety prirnero. Si not resolved, you may contact the Texas Department no se resuelve#a disputa, puede entonces of Insurance. comunicarrse con el departamento(TDI). ATTACH THIS NOTICE TO YOUR BOND: This UNA ESTE AVISO A SU FIANZA DE GARANTIA: notice is for information only and does not become a Este aviso es solo para proposito de information y part or condition of the attached document. no se convierte en parte o`condicion del documento adjunto. 13299 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:That PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws of the Commonwealth of Pennsylvania,does hereby constitute and appoint William D.Baldwin,Blaine Allen,Brent Baldwin,Brock Baldwin,Michael B.Hill,Monica Campos,Trenae Donovan,Brady K Cox,Renee A.Folkerts,and/or Russ Frenzel of Baldwin-Cox Agency LLC,its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed$25.000.000. This Power of Attorney is granted and is signed and scaled by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14`N of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF,PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER,2016. a2�`IIT v"• Al 192 rk (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 14s'day of November,2016,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. C0HH0N1NE L 1 a VENH5 LV NOtarNl Seal Nora Howard,Notary Pu6Hc lower Mtrlon TwG.,Montgomer(County My Commission Er¢iret Jan.0,2018 �/� �, ruru�n.no\\v\.. ••,�oxorncwo Y`^' �—`� Notary Public: 4 residing at: Bala CynMd.PA (Notary Seal) My commission expires: January 8,2018 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14s'day of November,2016 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power of Attorney as President,was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this�day of Ww 20LI—. \.1...... 31 ��•• i 1927 'i n'' Edward Sayago,Corporate Secretary =s .• *,m,.s=�;'`,';� PHILADELPHIA INDEMNITY INSURANCE COMPANY rrrMr,U\\++•+\\ DATE(MM/DDNYYY) A`400zO® CERTIFICATE OF LIABILITY INSURANCE 2/7/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Tina Caldwell NAME: Baldwin-Cox Agency, LLC PHCNN o.Ext: (972)644-2688 AX(Aic Nu:(972)644-8035 (AI5930 Preston View Blvd Ste 200 E-MAIL y ADDRESS: enc tins@baldwincoxag com INSURERS AFFORDING COVERAGE NAIC# Dallas TX 75240 INSURERA-BITCO General Insurance Companies 20095 INSURED INSURER B: Denco CS Corporation INSURERC: 5525 Lyons Rd INSURER D: INSURER E: Garland TX 75043 1 INSURER F: COVERAGES CERTIFICATE NUMBER:CL167105301 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGA CLAIMS-MADE X1 OCCUR PREMIS TO RENTED 100,000 PREMISES Ea occurrence $ CLP3640242 6/29/2016 6/29/2017 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY I X JE� [I LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED CAP3640244 6/29/2016 6/29/2017 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident) ccident $ X UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAB CLAIMS-MADE AGGREGATE $ 51000,000 DED I X I RETENTION$ 10,000 CUP2811158 6/29/2016 6/29/2017 $ WORKERS COMPENSATIONX PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? NIA A A (Mandatory in NH) WC3640243 6/29/2016 6/29/2017 E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ 1,000,000 A INLAND MARINE CLP3640242 6/29/2016 6/29/2017 LEASSED/RENTED 250,000 ITEM 500,000 AGG DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability and Auto provide blanket additional insured and blanket waiver of subrogation provided to the certificate holder when required by written contract with the named insured. Workers Compensation provides blanket waiver of subrogation as required by written contact. General Liability, Auto and Workers Compensation provide 30 Day Notice of Cancellation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Transportation & Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. City Hall 1st Floor 200 Texas ,St AUTHORIZED REPRESENTATIVE Fort Worth, TX 76102 Bill Baldwin/TIC �� n ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(901401) CLP3640242 THS -F"M'WrQWS nE PCMV, R-JE SER"AD ISS`CA ^�MIX tmffies lromm pv*AO;m&atJofdlose : CONSEMALGM, LUABUJN COVERAM FMA It lesvead#W tlyj Ixc liged bdav apMy qmn the a*y of an � jn ftta bx resat fo ft c*4cn �..!.t Pa ar f,ls r �l i $ isic t JV i..' ri rim f TqW��A A 'sCda U nft Q 3'c om MCii"r&b AMftW l'smd 0, i{moi N BT#Ww Cbvwi P. A.M-dic Vicar of rc xJ2J m m ,htj amue'to ft Narrw lmri:as V B E t J<-iritat-ord�Auric to Dscl e Rmft . mi ffs a C.x_ cue�t[Am—Mmbu rct? :�� E rc G ..: .1%wvl gird Advedising Inju:y-CotmIl l T. �..%`:.-.'Lxe.Key QmaW U. Befrodo uaJ li�r C saw 11 X Ir mfft foym t t�wii r€mb .. V. M, : cwwfc ed In-SIMM Room) J. OdQxdhcm w MarMcftfJord lmx -I�&wy:m or f.OSM,of prff HM G�irw.tal kjsfvy or PJ IUCW L I Irisirod Cadr d EM�E'n-Rallwe J Rgwty ab-�Maw—pwrAs or Agm arof bf$t llon :r£ '.s Y. !DX WitradosAutoreainAdrti'w, lmn:,d 'Pw..kf.y.Jc*.--Cmw4p For AJJs of cmww--Ebrro f opacn� Premises 11 A PAt DEPSHP of VMIM i tf lO lhe fdb&iq�.4misa&,' to SECT=I=VMM AN 06UMI't 'IhD W full Awagwaph Mich row-Is w logme., 1 p&. or Salim is an Jrwed wM r ped to the caxlw d cmy alma cx post patxjWp, Joint mature or lin ted liability ompwthat is rd dymn as a WdrwJ I ured in tiv. Dedmdc s. CLP3640242 Is Mded aW re*-aed%Mth tl'iE3 fbilovi g Villi rmW to ft-,owdd of amy pet or}ret t joint vealure or parMersivp mA sho d as a Mmml wly vft rowed to liaMily arisira otA of r R'on tom€d ash trip or jun at v rtwo rot shtxkn as a MnW Insumd in ttie Dedarafam, prcMded m ottm siraleir likitiii€y it aryX Is aLs�'#W.o to you for j0Aur connsd)tl Wth y=inti; ed in such r,�'EEtrtmlV or Jckg verMto. SECMII -YM IS AN NAM is aymcird to irducb as an itord inwresd arty pmmor o: ryi)rr%ho h reqiracl by mitten oorAml to to an aM.*)ra1 ire and Jri your polq/, mit only with rekxad to IM11ty for")od::Iv iijtuy; "Ix arty &m ' or jmwW and advartisinr iijwy` cam, in Wide ainpwt,br The PKLq or ayissions c Mw Drug of}wr WWf, in the perforamm d Wur om- 4ng opmglons for the a&kiord iris) EA the p,gw(s) in, ftv%vitten Ombact. Wth resped to the insures Oaftj to the adManal irrstti , by fdltyta4N iticurK excluEkkv i?kmmm does not 4#v to"iolly irk 'or'�nWrty s wW"o=rf ng after: `t, AM tamrk inc[Ldng'nnaeMs, paft;or pmfurrWied in L inectio'i With std) ,mk an the tamed(mfr tim s ices,mintermics or r rs)to be palm by a,on behalf of ft : t flor inswed(s)of the locolim of ti's w"ed q-vdcm hqs bow cmpl&4 ix Z IM portion d 9yw wW mid which ft N uqf or damege alm has bum ptd to its irate Lm by ary pamw or oWamon dhar thm waftr centra or aftortractor ei 1 in mdorning qxvAiLTs for a pdf dpiW as a part d the sam prcjed. This d; rr 3s all car irsuwm aaabla to the ami t i„ ,Owqo ianrmry,eM-1w, mritin or an any odw tom, urkss the sror flea corkred rectum this lnmmm itto he rr nwy. In tlW ems;,Us kmiwm will be ptimy raid to insurance poti;ry(s)of cr dw4vte,the a iianal kmmd as a Named Insmed iti the Dedaraftr, m Y40 t`:s#ire cor bLdmi fmmsuch imiranim ff tte smMen carowt also veWres tivd this insumix be ren-mtr ;cy: `EU with mq)ed to di ,Aw tr wwm,t Wath to&cUtaW it ed quaiff as as en irom ul,r aiKKM lrmmi,'tlis it .mm WN be Rem a of S1M IV-OMMEMAL GeMAL UABOUN OMMOM, is -Aed r Vam.d vvfth ft fdlo r nq a. If tha lrozW,hw 691ts to reower d ra. {art d any payaw we ilvm rrmb Luxler #its OymaW Rxvik tti m rig's are tmsr to m The,inwred rrit dDncftig of€er tri to WP us ergomo tfvm h ff mq4W by a wten w*aa meted PDX to I=, mVAaw ark`rigtA o rremvy We O twe mrd any� or .� �of t mM we for itvtzy a ckurme W.al d" rr=W for sm or 4xmom C7 P3640242 it titer fr,+Yra me iivvrmt if w arc &d, q)&,epr rx wr r, w^Arryas lmity for an Ir11'ry or(1ct yqp- BAWng out of#-.a .'Wr i°s F-,ndeirg or¢allure; to rwdw adossiavj ssrvir ; it rt firm 11sbed iii(1)aCWi::mid a�`•.*ry, irQpw5m, az tautur,-A or Qrtt ri rirr acttAm Id It Is awwj 3l"ed: _ EcWw 2.M2) d SEMON t,COVOMM A&�s mit aWy?Jw rr=s ;tsxs rwA om#w,S£'X'�iW or Wd fur rentd tyT-m frx ry "o than 12 morMs dqw .'.VeUcn �1i f'' S I�` v'''$i���i� y��g�vap� �'OCRALi� U MffS IY.,s-rd`L�a MMM'W''A. "S..c'M Esu WLRA A Fa dsuiv vhich€moi W agg�iri �� J?s to wow,s is ed a dncje w�ior: pried for �k the 1MI :.berg 3Z�""`^"�}fiio p'�'...ias�t-, .d imuw.t by vi'bwum' K �f .P,�4S"i. SECi I n COMAM A a-W for rpt rredc 3i Wxm--�a#wd by �umtr SSMM I a I. A sapw�e CaWa�R<n MraGid AMregate U siiw,,to each is�adm prqGOL L!�� ''?'.4ifl lirrA ids�;ar,)t�y�tc,�.,ix3 wan- r� i�� r.�a���r� s€?r );r:tv i i I s 1303 Cans oxChi Flrgc +: GG�C p, i rra is il,*t r Kmt gym-vAR..pay for to sum d M Utc33Yq`�,; unciv COVSUM A e.(.m;k dC3J'fmy-* txmw d Udly bjLW €r 1`mF r y d.%Me irdxied In ft h=,° and.for 9.T4W oVwaw ,fir COVERAGE reWAw d ft matwof: a tray yy , a Ari mum rradq u dw COVEPAGE A for Oamor=Jw ODMAGE C for nydMI aqwm sidl rabm the OxWuWm Ne&Qsrmrd A,�a Unt 1br the omeArcOlon pq 1fit vn is ;tel nct redOw. . r e t ir&, 4om in ft ardia-is nor iii ff W relm wid1w Covatrucdai Papot GmM. AMrcfge tjry ft for MY WW=dAK1JM FW,01 4, the lirr dvm-.1:3 tho DacWaWns fbr Bxb{ r mKL� , lira tis.mage awl WfeW B w, axtirw to may. tomw, iregwxi d Wiyj sut4erA to Mo OweW Awa i Urn t t in Me Agg'aaaie a c , r linnets W11 ba to ft sem, i �wbon ft,'ed C.', it M Fbr ani suan vMch ca.,W be Wbi ted mirs W worg op�ow at a drde axo4 ration pcIed for vhm ft 1,wavd b M.. s kw* CbEWod to pEW as darnkges caLwd by ar. uidw SSMI - OOVEIRAW & ad for d rmw1W �. cawd by widogs uxler SECM1 I-COVaVM C #. Ary kyr u,`(W COVERAW A for ftnages or under COMOM C for nvftai emm*t*dl ria ft wmw4 waWe irdarft Cr i AgWegalo U.rTft orthe Prsdxi- Q i Oparrd om Affagate Lint,-Ed-%w is applicaMe,anti � ��r a��at3a3i r��arty t,.ci�s3�rx�lck"i l�rr� tar�l� Lirriit. 066113-1 PERFORMANCE BOND Pilge I of 2 SECTION 60 6113 2 PERFORMANCE BOND Bond No. PB03228301822 3 4 THE STATE OF TEXAS 5 KNOW AL.L BY THESE PRESENTS:. 6 C01MM'Of TA OR- T_ § 7 That we,DENGO CS QQP_-,-known as"PrincipaPherein and 8 Philadelphia Indemnity Insurance Company a corporate;surety(surelies, if more than 9 one)duly authorized to dabusiness.4n the State of Texas,knoWn as"Surety"herein(whether one 10 or more),are hold and firmly bound unto-the City of Fort Worth,a municipal corporation created 11 pursuant to the laws of Teus,known as"City"herein,in the penal-sum of,TWO HUNDRED 12 TWENTY ONE TffO&SAAU TWO.HUNDRED EPGH"-FQUZAM 00/100 Dollars 13 lawful money of the United-States,to be-paid in Fort Worth,Tarrant County, 14 Tex"for the payment of which sum W611 and truly to be made,we bind ourselves,our heirs; 15 -executors,administrators,:successors-and.,assigns,jointly and severally,firmly bythese presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 24th day o0anuaty- ,2017,which Contract,is hereby referred.,to and made a part 18 hereof for all purposes ses-u IMOY set forth herein,to fuitisb all materials,equipment labor and 19 other accessoriesAefined by law,in.the prosecution of the Work,includi' iTg,any Change Orders, 20 as provided-for insaid Contract designated asi Mosier-Val—to Pork City Project Numberi, 2.1 QV2306, 22 NOW,THEREFORE,the condition of this.obligation is Such that ifthe said,Pfincipal shall 23 faithfully perform it obligations under the-Contract and shall in all resPC cts4uly and faithfully 24 perform the Work,including Changp Orders,under the Contract.according to the:p1qns, 25 specifications,and contract#qpuments therein referred to,and as well during:any period of- 26 extension of C snail Contract that may be granted on the part of the City,then this obligation a be 27 and become null.and void,otherwise to remain in.ftflf force and effect, ,29 PROVIDED FURTHER,that if any legal action be filed pn:this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern,District of Texas,.l; 30 Worth Division. M This bond is made and executed in compliance with-the provisions of Chapter 2253 of the 32 TexasGovernment Codq,,-4s amended,And all liabilities on this bond shall be determined in, 33 accordance with the provisions of said statue. 34 IN WITNESS WHEREOF,the Principal and the Surety hav�SlG`NVD and SEALED m this instrument by dulyatithorimd agents.and officers-on.this. CITY OF FORT WORTH Mqvier Valky Pork STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01yPro jectNO.002306 Revised July 1,2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................I I Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions;Reference Points...........................................................................................................I I 4.01 Availability of Lands ..................................................................................................................I I 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site.............................................................................. 14 Article5—Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary 2,2016 6.02 Labor; Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 Article 10-Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process 40 Article 11 -Cost of the Work;Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.............................................................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary 2,2016 ` « Article l7— 62 � ~.~~.^..^~...------------------------------------------ 17.01 Giving Notice..............................................................................................................................62 17.02 Computation ofTimes................................................................................................................62 � l71[3Cumulative Remedies.................................................................................................................h2 l7.O4Survival of Obligations-------------------------------------63 ' 17.05 Headings--------------------------------------------..63 ^ � i CITY opFORT WORTH / STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1–DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any,and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ` Revision:FeUmary2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney– The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager – The officially appointed and authorized City Manager of the City of Fort Worth,Texas,or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor—The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant,or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative,assistant,or agents. 29. Director of Planning and Development— The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas,or his duly appointed representative, assistant,or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective,but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-I GENERAL CONDITIONS Page 4 of 63 38. Final Inspection – Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item–An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans–See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting – An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for defmition. 70. Weekend Working Hours—Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory,faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply,'.' or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 00 72 00-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmiyZ 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws,and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations,whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification,manual, or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy 2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed,adjusted,and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents, consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations,opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuazy2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments r Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others;and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.- 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy2,2016 k 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized- Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners, employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or k 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage,nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled,upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy,unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence' A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 00 72 00-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services,materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 0132 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal"Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuy2,2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items.- a. tems:a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b). be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. f CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmty2,2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be,incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy2,2016 00 72 00-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FeUmary2,2016 007200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary 2,2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders,Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy 2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 00 72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. 1; B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. x 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. F CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuary2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will.constitute an acceptance of Work that is F not in accordance with the Contract Documents or a release of Contractor's obligation to perform = the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own K expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED,IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ` Revision:Febmary2,2016 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents,papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. r _ 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements;Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnvy2,2016 00 72 00-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the d quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. B CITY OF FORT WORTH tl STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnary2,2016 00 72 00-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaiy2,2016 i 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor,if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary 2,2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK;PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine,which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. C. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.0l.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if- 1. £1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25%from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures"varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. x CITY OF FORT WORTH s STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.0l.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmacy2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid.a fee of 15 percent of the costs incurred by such Subcontractor under - Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent(5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. R D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation,inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 t 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwaty 2,2016 00 72 00-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and F resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 00 72 00-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are i necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety,if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnory 2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. f B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. - 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary 2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and fmish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or,which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnuuy2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other parry. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. E E CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmaty 2,2016 x 00 73 00-1 SUPPLEMENTARY CONDITIONS Page I of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 [Text in Blue is for information or guidance. Remove all blue teat in the final project document.] 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 37 [Month Date, leer this iocw11C1ri crus I)ieparcd]: 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION <I/!herd is uunc then write "None-> 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5)Business Days and before proceeding with the Work, E 45 notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 2 SC-4.01A.2,"Availability of Lands" 3 4 Utilities or obstructions to be removed,adjusted,and/or relocated 5 6 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 7 as of[Month Day, Year this document was prepared) 8 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT <If there is none then write "None"> ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ 9 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 10 and do not bind the City. 11 12 SC-4.02A.,"Subsurface and Physical Conditions" 13 14 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 15 16 A[list anv kind of Technical document.Ij'none then write "None']Report No. ,dated 17 ,prepared by[name of company preparing the report], [optional note it-hen applicable]a sub- 18 consultant of[name of the prime designer]. a consultant of the City,providing additional information on 19 [the subject the report is about] 20 21 The following are drawings of physical conditions in or relating to existing surface and subsurface 22 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 23 [List each drawing applicable to this specific project:Sheet Title,Date, Firer prepared by.1f none then 24 write "None'] 25 26 SC-4.06A.,"Hazardous Environmental Conditions at Site" 27 28 The following are reports and drawings of existing hazardous environmental conditions known to the City: 29 [List anv kind of Technical Document or Drawing meeting the above specific to this Project. If none then 30 write "None') 31 32 SC-5.03A.,"Certificates of Insurance" 33 34 The entities listed below are"additional insureds as their interest may appear" including their respective 35 officers,directors,agents and employees. 36 37 (1) City 38 (2) Consultant: [Insert full legal name of Engineering Company(s)or Architect(s)performing 39 construction phase services. If none then write "None'] 40 (3) Other: [Insert full legal name of additional entity(s)that City requires to be an additional insured, 41 i.e. Landowner,Railroad,Etc. If none then write "None'l 42 43 [Obtain approvalfor the limits shown for SC 5.04A thrrr 5.04D.from City before finalizing Contract 44 Documents] 45 SC-5.04A.,"Contractor's Insurance" 46 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 2 coverages for not less than the following amounts or greater where required by laws and regulations: 3 4 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 5 6 Statutory limits 7 Employer's liability 8 $100,000 each accident/occurrence 9 $100,000 Disease-each employee 10 $500,000 Disease-policy limit 11 12 SC-5.04B.,"Contractor's Insurance" 13 14 5.04B.Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 15 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 16 minimum limits of. 17 18 $1,000,000 each occurrence 19 $2,000,000 aggregate limit 20 n 21 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 22 General Aggregate Limits apply separately to each job site. rt 23 24 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 25 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 26 f 27 SC 5.04C.,"Contractor's Insurance" Il 28 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 29 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 30 31 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 32 defined as autos owned,hired and non-owned. 33 34 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 35 least: 36 37 $250,000 Bodily Injury per person/ 38 $500,000 Bodily L jury per accident/ 39 $100,000 Property Damage 40 41 SC-5.04D.,"Contractor's Insurance" 42 43 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 44 material deliveries to cross railroad properties and tracks(owned and operated by Railroad company name. 45 ITnone then write "None']. 46 47 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 48 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 49 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 50 Entry Agreement"with the particular railroad company or companies involved,and to this end the 51 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 52 the rigbt-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 53 to the Contractor's use of private and/or construction access roads crossing said railroad company's 54 properties. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 t 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 2 The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide 3 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 4 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 5 occupy,or touch railroad property: 6 7 (1) General Aggregate: $Confirm Limits with Railroad 8 9 (2) Each Occurrence: $Confirm Limits with Railroad 10 11 Required for this Contract _Not required for this Contract 12 <Provide an "X"next to the appropriate selection above based on the Contract requirements> 13 14 With respect to the above outlined insurance requirements,the following shall govern: 15 16 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 17 the name of the railroad company. However, if more than one grade separation or at-grade 18 crossing is affected by the Project at entirely separate locations on the line or lines of the same 19 railroad company,separate coverage may be required,each in the amount stated above. 20 21 2. Where more than one railroad company is operating on the same right-of-way or where several 22 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 23 may be required to provide separate insurance policies in the name of each railroad company. 24 25 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 26 railroad company's right-of-way at a location entirely separate from the grade separation or at- 27 grade crossing,insurance coverage for this work must be included in the policy covering the grade 28 separation. 29 30 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 31 way,all such other work may be covered in a single policy for that railroad,even though the work 32 may be at two or more separate locations. 33 34 No work or activities on a railroad company's property to be performed by the Contractor shall be 35 commenced until the Contractor has fumished the City with an original policy or policies of the insurance 36 for each railroad company named,as required above. All such insurance must be approved by the City and 37 each affected Railroad Company prior to the Contractor's beginning work. 38 39 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 40 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 41 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 42 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 43 railroad company operating over tracks involved in the Project. 44 45 SC-6.04.,"Project Schedule" 46 47 Project schedule shall be tier<1, 2, 3, 4, or 5> for the project. 48 49 SC-6.07.,"Wage Rates" 50 51 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 52 Appendixes: 53 <List the prevailing wage rate table(s)applicable to the type of construction being provided in this 54 contract> CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 1 _ r- 007300-5 I SUPPLEMENTARY CONDITIONS Page 5 of 7 1 <Buzzsam,location,Resources/02-Construction Documents/Specifications/Din 00-General 2 Conditions/CFW Wage Rate Table 20080708.pdp 3 4 SC-6.09.,"Permits and Utilities" 5 6 SC-6.09A.,"Contractor obtained permits and licenses" 7 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 8 <f_f none then write "None". 9 1. <List all known permits or licenses that are being provided by the Contractor to TCEQ> 10 2. <List all other known permits or licenses that are being provided by the Contractor> 11 12 SC-6.09B."City obtained permits and licenses" 13 The following are known permits and/or licenses required by the Contract to be acquired by the City: <1f 14 none then write "None". 15 3. <List all known permits or licenses that are being provided by the Citi,to TxDOT> 16 4. <List all known permits or licenses that are being provided by the City to USACE> 17 5. <List all known permits or licenses that are being provided by the City to TCEQ> 18 6. <List all known permits or licenses that are being provided by the City to Railroad> 19 20 SC-6.09C."Outstanding permits and licenses" 21 22 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of[Month 23 Day, Year this document was prepared]: 24 25 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE f OF POSSESSION <If there is none then write "None'5 26 27 <Insert the following if Federal assistance is provided for in this Contract> 28 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 29 30 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 31 (hereinafter referred to as the"Contractor")agrees as follows: 32 33 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 34 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 35 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 36 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 37 of this contract. 38 39 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the contract,shall 40 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 41 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 42 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the p 43 Regulations,including employment practices when the contract covers a program set forth in U 44 Appendix B of the Regulations. 45 46 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment:In all 47 solicitations either by competitive bidding or negotiation made by the contractor for work to be 48 performed under a subcontract,including procurements of materials or leases of equipment,each CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 2 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 3 national origin. 4 5 4. Information and Reports:The Contractor shall provide all information and reports required by the 6 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 7 accounts,other sources of information and its facilities as may be determined by City or the Texas 8 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 9 and instructions.Where any information required of a contractor is in the exclusive possession of 10 another who fails or refuses to famish this information the contractor shall so certify to the City,or the 11 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 12 obtain the information. 13 14 5. Sanctions for Noncompliance:In the event of the Contractor's noncompliance with the 15 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 16 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 17 18 a. withholding of payments to the Contractor under the Contract until the Contractor 19 complies,and/or 20 b. cancellation,termination or suspension of the Contract,in whole or in part. 21 22 6. Incorporation of Provisions:The Contractor shall include the provisions of paragraphs(1)through 23 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 24 by the Regulations,or directives issued pursuant thereto. The Contractor shall take such action with 25 respect to any subcontract or procurement as City or the Texas Department of Transportation may 26 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 27 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 28 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 29 such litigation to protect the interests of City,and,in addition,the contractor may request the United 30 States to enter into such litigation to protect the interests of the United States. 31 32 Additional Title VI requirements can be found in the Appendix. 33 34 SC-7.02.,"Coordination" 35 36 The individuals or entities listed below have contracts with the City for the performance of other work at 37 the Site: 38 <Po ulate the table below with the required in ormation.I none then write "None"> Vendor Scope of Work Coordination Authority <List d/VendorName> <List services being ronided> <List "CITY"> 39 40 41 SC-8.01,"Communications to Contractor" 42 43 <Idengb,any specific communicalion coordination requirement and/or list any Section that requires such 44 speck coordination requirement> 45 46 SC-9.01.,"City's Project Manager" 47 48 The City's Project Manager for this Contract is<Insert Name>,or his/her successor pursuant to written 49 notification from the Director of<Insert Managing Department>. 50 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 22,2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 SC-13.03C.,"Tests and Inspections" 2 3 <List any tests and/or inspections that are required by another boa) of jurisdiction being covered b_v the 4 City, if none then write "None"> 5 6 SC-16.01C.1,"Methods and Procedures" 7 8 <List any dispute resolution process that may govern for this Contract other than that provided for Article 9 16 of the General Conditions, if none then write "None"> 10 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,No.2306 Revised January 22,2016 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials,and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual, or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 01 1100-3 SUMMARY OF WORK Page 3 of 3 w_ 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 r CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds of material are described in Specifications by 30 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used,it is not intended to exclude from 33 consideration other products bearing other manufacturer's or vendor's names, 34 trade names,or catalog numbers,provided said products are "or-equals," as 35 determined by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. Or-equals are unavailable due to strike, discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE b' CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED 9 ITEM 10 11 12 Proposed Substitution: 13 Reason for Substitution: 14 Include complete information on changes to Drawings and/or Specifications which proposed 15 substitution will require for its proper installation. 16 17 Fill in Blanks Below: 18 A. Will the undersigned contractor pay for changes to the building design, including engineering 19 and detailing costs caused by the requested substitution? 20 21 22 B. What effect does substitution have on other trades? 23 24 25 C. Differences between proposed substitution and specified item? 26 27 28 D. Differences in product cost orproduct delivery time? 29 30 31 E. Manufacturer's guarantees of the proposed and specified items are: 32 33 Equal Better(explain on attachment) 34 The undersigned states that the function, appearance and quality are equivalent or superior to the 35 specified item. 36 Submitted By: For Use by City 37 38 Signature Recommended Recommended 39 as noted 40 41 Firm Not recommended _Received late 42 Address By 43 Date 44 Date Remarks 45 Telephone 46 47 For Use by City: 48 49 Approved Rejected 50 City Date CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 0131 19-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 01 31 19 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 It. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 17,2012 0131 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 x CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised August 17,2012 0131 20-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 [Specifier: This Specification is intended for use on projects designated as Tier 3 or Tier 4.] 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Provisions for project meetings throughout the construction period to enable orderly 8 review of the progress of the Work and to provide for systematic discussion of 9 potential problems 10 B. Deviations this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 1 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES [NOT USED] 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule,attend and administer as specified,periodic progress meetings, and 23 specially called meetings throughout progress of the Work. 24 2. Representatives of Contractor,subcontractors and suppliers attending meetings 25 shall be qualified and authorized to act on behalf of the entity each represents. 26 3. Meetings administered by City may be tape recorded. 27 a. If recorded,tapes will be used to prepare minutes and retained by City for 28 future reference. 29 4. Meetings,in addition to those specified in this Section,may be held when requested 30 by the City,Engineer or Contractor. 31 B. Pre-Construction Neighborhood Meeting 32 1. After the execution of the Agreement,but before construction is allowed to begin, 33 attend 1 Public Meeting with affected residents to: 34 a. Present projected schedule,including construction start date 35 b. Answer any construction related questions 36 2. Meeting Location 37 a. Location of meeting to be determined by the City. 38 3. Attendees CITY OF FORT WORTH Mosier Valley Park 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 a. Contractor 2 b. Project Representative 3 c. Other City representatives 4 4. Meeting Schedule 5 a. In general,the neighborhood meeting will occur within the 2 weeks following 6 the pre-construction conference. 7 b. In no case will construction be allowed to begin until this meeting is held. 8 C. Progress Meetings 9 1. Formal project coordination meetings will be held periodically. Meetings will be 10 scheduled and administered by Project Representative. 11 2. Additional progress meetings to discuss specific topics will be conducted on an as- 12 needed basis. Such additional meetings shall include,but not be limited to: 13 a. Coordinating shutdowns 14 b. Installation of piping and equipment 15 c. Coordination between other construction projects 16 d. Resolution of construction issues 17 e. Equipment approval 18 3. The Project Representative will preside at progress meetings,prepare the notes of 19 the meeting and distribute copies of the same to all participants who so request by 20 fully completing the attendance form to be circulated at the beginning of each 21 meeting. 22 4. Attendance shall include: 23 a. Contractor's project manager 24 b. Contractor's superintendent 25 c. Any subcontractor or supplier representatives whom the Contractor may desire 26 to invite or the City may request 27 d. Engineer's representatives 28 e. City's representatives 29 f. Others,as requested by the Project Representative 30 5. Preliminary Agenda may include: 31 a. Review of Work progress since previous meeting 32 b. Field observations,problems,conflicts 33 c. Items which impede construction schedule 34 d. Review of off-site fabrication,delivery schedules 35 e. Review of construction interfacing and sequencing requirements with other 36 construction contracts 37 f. Corrective measures and procedures to regain projected schedule 38 g. Revisions to construction schedule 39 h. Progress, schedule,during succeeding Work period 40 i. Coordination of schedules 41 j. Review submittal schedules 42 k. Maintenance of quality standards 43 1. Pending changes and substitutions 44 in. Review proposed changes for: 45 1) Effect on construction schedule and on completion date 46 2) Effect on other contracts of the Project 47 n. Review Record Documents 48 o. Review monthly pay request CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio,No.2306 Revised July 1,2011 0131 20-3 PROJECT MEETINGS Page 3 of 3 1 p. Review status of Requests for Information 2 6. Meeting Schedule 3 a. Progress meetings will be held periodically as determined by the Project 4 Representative. 5 1) Additional meetings may be held at the request of the: 6 a) City 7 b) Engineer 8 c) Contractor 9 7. Meeting Location 10 a. The City will establish a meeting location. 11 1) To the extent practicable,meetings will be held at the Site. 12 1.5 SUBMITTALS [NOT USED] 13 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 14 1.7 CLOSEOUT SUBMITTALS [NOT USED] 15 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE [NOT USED] 17 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry No.2306 Revised July 1,2011 0132 16-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2-No schedule submittal required by contract,but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3- Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects,including all bond program 28 projects 29 d. Tier 4-Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations,high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule-Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. { 39 3. Progress Schedule-Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH Mosier]Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised July 1,2011 i 0132 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work, etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 32 16-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following: 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to determine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will,after receipt of such justification and supporting 10 evidence,make findings of fact and will advise the Contractor, in 11 writing thereof. 12 2) If the City finds that the requested extension of time is entitled,the City's 13 determination as to the total number of days allowed for the extensions 14 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which,according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 21 2. Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time,it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of job conditions,weather, 28 technical difficulties, strikes,unavoidable delays on the part of the City or its 29 representatives,and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions,the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work,in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the amount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates,and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTHMosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 0132 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 0132 16-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),No.2306 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Pagel of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] f 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 3233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 33 00-1 SUBMITTALS Pagel of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH Mosier Dalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),No.2306 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule,and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 13 A=2nd submission,B=3rd submission, C=4th submission, etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission)of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples,including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing, sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractor's Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements,field construction criteria,materials, dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/z inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items/Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of: 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product,with the Specification Section number,page and 9 paragraph(s) 10 6. Field dimensions,clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable,standards, such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation(working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List,clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List,submittal data may include,but is not necessarily limited to: 39 a. Standard prepared data for manufactured products (sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability F 45 4) Roughing-in diagrams and templates CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational-range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10) Mill reports 7 11) Product operating and maintenance instructions and recommended 8 spare-parts listing and printed product warranties 9 12) As applicable to the Work 10 H. Samples 11 1. As specified in individual Sections,include,but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing,as applicable to the Work 20 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed,materials purchased or on-site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk. 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work,materials,fabrication,and installations in conformance 28 with approved shop drawings, applicable samples, and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site,or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 40 returned, Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,No.2306 Revised December 20,2012 01 3300-5 SUBMITTALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution(if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor shall submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 16 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples,where required,to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings,data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors, including details, 28 dimensions,and materials 29 c. Approving departures from details furnished by the City,except as otherwise 30 provided herein 31 2. The review and approval of shop drawings, samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor, and the City will 35 have no responsibility therefore. 36 3. The Contractor remains responsible for details and accuracy, for coordinating the 37 Work with all other associated work and trades, for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner. 39 4. If the shop drawings,data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance,the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: 45 a. Code 1 46 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 47 comments on the submittal. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and comments IS NOT required by the Contractor. 6 a) The Contractor may release the equipment or material for manufacture; 7 however, all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 11 assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however,all notations and comments must be incorporated into the 15 final product. 16 b) This resubmittal is to address all comments,omissions and 17 non-conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED" is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections other than requested by the City 30 2) Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense,based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals,will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial, at the City's 44 discretion. 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor,and will be considered"Not Approved"until resubmitted. 47 c. The City may at its option provide a list or mark the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 6 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups 11 1. Mock Up units as specified in individual Sections,include,but are not necessarily 12 limited to,complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications, submit a P.E. 16 Certification for each item required. 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information(RFI)form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"01"and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order,as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 0135 13-1 SPECIAL PROJECT PROCEDURES Pagel of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 1. (Coordination with North Central Texas Council of Governments Clean 19 Construction Specification[remove if not required]) 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. G 22 C. Related Specification Sections include,but are not necessarily limited to: u 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 3. Section 33 12 25—Connection to Existing Water Mains 26 1.2 PRICE.AND PAYMENT PROCEDURES 27 A. Measurement and Payment 28 1. Coordination within Railroad permit areas 29 a. Measurement 30 1) Measurement for this Item will be by lump sum. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 will be paid for at the lump sum price bid for Railroad Coordination. 34 c. The price bid shall include: 35 1) Mobilization 36 2) Inspection 37 3) Safety training 38 4) Additional Insurance 39 5) Insurance Certificates F CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 6) Other requirements associated with general coordination with Railroad, 2 including additional employees required to protect the right-of-way and 3 property of the Railroad from damage arising out of and/or from the 4 construction of the Project. 5 2. Railroad Flagmen 6 a. Measurement 7 1) Measurement for this Item will be per working day. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 will be paid for each working day that Railroad Flagmen are present at the 11 Site. 12 c. The price bid shall include: 13 1) Coordination for scheduling flagmen 14 2) Flagmen 15 3) Other requirements associated with Railroad 16 3. All other items 17 a. Work associated with these Items is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Reference Standards 21 1. Reference standards cited in this Specification refer to the current reference 22 standard published at the time of the latest revision date logged at the end of this 23 Specification,unless a date is specifically cited. 24 2. Health and Safety Code,Title 9. Safety, Subtitle A. Public Safety,Chapter 752. 25 High Voltage Overhead Lines. 26 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 27 Specification 28 1.4 ADMINISTRATIVE REQUIREMENTS 29 A. Coordination with the Texas Department of Transportation 30 1. When work in the right-of-way which is under the jurisdiction of the Texas 31 Department of Transportation(TxDOT): 32 a. Notify the Texas Department of Transportation prior to commencing any work 33 therein in accordance with the provisions of the permit 34 b. All work performed in the TxDOT right-of-way shall be performed in 35 compliance with and subject to approval from the Texas Department of 36 Transportation 37 B. Work near High Voltage Lines 38 1. Regulatory Requirements 39 a. All Work near High Voltage Lines(more than 600 volts measured between 40 conductors or between a conductor and the ground) shall be in accordance with 41 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 42 2. Warning sign 43 a. Provide sign of sufficient size meeting all OSHA requirements. 44 3. Equipment operating within 10 feet of high voltage lines will require the following 45 safety features CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Insulating cage-type of guard about the boom or arm 2 b. Insulator links on the lift hook connections for back hoes or dippers 3 c. Equipment must meet the safety requirements as set forth by OSHA and the 4 safety requirements of the owner of the high voltage lines 5 4. Work within 6 feet of high voltage electric lines 6 a. Notification shall be given to: 7 1) The power company(example: ONCOR) 8 a) Maintain an accurate log of all such calls to power company and record 9 action taken in each case. 10 b. Coordination with power company 11 1) After notification coordinate with the power company to: 12 a) Erect temporary mechanical barriers,de-energize the lines, or raise or 13 lower the lines 14 c. No personnel may work within 6 feet of a high voltage line before the above 15 requirements have been met. 16 C. Confined Space Entry Program 17 1. Provide and follow approved Confined Space Entry Program in accordance with 18 OSHA requirements. 19 2. Confined Spaces include: 20 a. Manholes 21 b. All other confined spaces in accordance with OSHA's Permit Required for 22 Confined Spaces 23 D. Air Pollution Watch Days 24 1. General 25 a. Observe the following guidelines relating to working on City construction sites 26 on days designated as"AIR POLLUTION WATCH DAYS". 27 b. Typical Ozone Season 28 1) May 1 through October 31. 29 c. Critical Emission Time 30 1) 6:00 a.m. to 10:00 a.m. 31 2. Watch Days 32 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 33 with the National Weather Service,will issue the Air Pollution Watch by 3:00 34 p.m. on the afternoon prior to the WATCH day. 35 b. Requirements 36 1) Begin work after 10:00 a.m. whenever construction phasing requires the 37 use of motorized equipment for periods in excess of 1 hour. 38 2) However,the Contractor may begin work prior to 10:00 a.m. if. 39 a) Use of motorized equipment is less than 1 hour,or 40 b) If equipment is new and certified by EPA as "Low Emitting", or 41 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or 42 alternative fuels such as CNG. 43 E. TCEQ Air Permit 44 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 45 F. Use of Explosives,Drop Weight,Etc. 46 1. When Contract Documents permit on the project the following will apply: CITY OF FORT WORTH Mosier 1'aJIeJ Palk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio,No.2306 Revised December 20,2012 0135 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 a. Public Notification 2 1) Submit notice to City and proof of adequate insurance coverage,24 hours 3 prior to commencing. 4 2) Minimum 24 hour public notification in accordance with Section 01 31 13 5 G. Water Department Coordination 6 1. During the construction of this project, it will be necessary to deactivate, for a 7 period of time, existing lines. The Contractor shall be required to coordinate with 8 the Water Department to determine the best times for deactivating and activating 9 those lines. 10 2. Coordinate any event that will require connecting to or the operation of an existing 11 City water line system with the City's representative. 12 a. Coordination shall be in accordance with Section 33 12 25. 13 b. If needed, obtain a hydrant water meter from the Water Department for use 14 during the life of named project. 15 c. In the event that a water valve on an existing live system be turned off and on 16 to accommodate the construction of the project is required, coordinate this 17 activity through the appropriate City representative. 18 1) Do not operate water line valves of existing water system. 19 a) Failure to comply will render the Contractor in violation of Texas Penal 20 Code Title 7, Chapter 28.03 (Criminal Mischief)and the Contractor 21 will be prosecuted to the full extent of the law. 22 b) In addition,the Contractor will assume all liabilities and 23 responsibilities as a result of these actions. 24 H. Public Notification Prior to Beginning Construction 25 1. Prior to beginning construction on any block in the project, on a block by block 26 basis,prepare and deliver a notice or flyer of the pending construction to the front 27 door of each residence or business that will be impacted by construction. The notice 28 shall be prepared as follows: 29 a. Post notice or flyer 7 days prior to beginning any construction activity on each 30 block in the project area. 31 1) Prepare flyer on the Contractor's letterhead and include the following 32 information: 33 a) Name of Project 34 b) City Project No(CPN) 35 c) Scope of Project(i.e. type of construction activity) 36 d) Actual construction duration within the block 37 e) Name of the contractor's foreman and phone number 38 f) Name of the City's inspector and phone number 39 g) City's after-hours phone number 40 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 41 A. 42 3) Submit schedule showing the construction start and finish time for each 43 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 45 b. No construction will be allowed to begin on any block until the flyer is 46 delivered to all residents of the block. 47 I. Public Notification of Temporary Water Service Interruption during Construction CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 1. In the event it becomes necessary to temporarily shut down water service to 2 residents or businesses during construction,prepare and deliver a notice or flyer of 3 the pending interruption to the front door of each affected resident. r 4 2. Prepared notice as follows: 5 a. The notification or flyer shall be posted 24 hours prior to the temporary 6 interruption. 7 b. Prepare flyer on the contractor's letterhead and include the following 8 information: 9 1) Name of the project 10 2) City Project Number 11 3) Date of the interruption of service 12 4) Period the interruption will take place 13 5) Name of the contractor's foreman and phone number 14 6) Name of the City's inspector and phone number 15 c. A sample of the temporary water service interruption notification is attached as 16 Exhibit B. 17 d. Deliver a copy of the temporary interruption notification to the City inspector 18 for review prior to being distributed. 19 e. No interruption of water service can occur until the flyer has been delivered to 20 all affected residents and businesses. 21 f. Electronic versions of the sample flyers can be obtained from the Project 22 Construction Inspector. 23 J. Coordination with United States Army Corps of Engineers(USACE) 24 1. At locations in the Project where construction activities occur in areas where 25 USACE permits are required,meet all requirements set forth in each designated 26 permit. 27 K. Coordination within Railroad Permit Areas 28 1. At locations in the project where construction activities occur in areas where 29 railroad permits are required,meet all requirements set forth in each designated 30 railroad permit. This includes,but is not limited to,provisions for: 31 a. Flagmen 32 b. Inspectors 33 c. Safety training 34 d. Additional insurance 35 e. Insurance certificates 36 f. Other employees required to protect the right-of-way and property of the 37 Railroad Company from damage arising out of and/or from the construction of 38 the project. Proper utility clearance procedures shall be used in accordance 39 with the permit guidelines. 40 2. Obtain any supplemental information needed to comply with the railroad's 41 requirements. 42 3. Railroad Flagmen 43 a. Submit receipts to City for verification of working days that railroad flagmen 44 were present on Site. 45 L. Dust Control 46 1. Use acceptable measures to control dust at the Site. 47 a. If water is used to control dust,capture and properly dispose of waste water. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 b. If wet saw cutting is performed,capture and properly dispose of slurry. 2 M. Employee Parking 3 1. Provide parking for employees at locations approved by the City. 4 N. {Coordination with North Central Texas Council of Governments(NCTCOG)Clean 5 Construction Specification[if required for the project—verify with City] 6 1. Comply with equipment,operational, reporting and enforcement requirements set 7 forth in NCTCOG's Clean Construction Specification.) 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 1 AB—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 0135 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: I I Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT<TELEPHONE NO> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH Due: DOE NO.XXXX , Project nacos: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY]INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 4 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL f _ 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site, or another external FTP site approved by 38 the City. CITY OF FORT WORTH Mosier l,'alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised July 1,2011 01 50 00-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work,including 7 testing of Work. 8 1) Provide power for lighting,operation of equipment,or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site for use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary heat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 20 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off-site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting, and provide electrical service for 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1. Provide and maintain for the duration or construction when required in contract 45 documents CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 10 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS [NOT USED] 18 PART 3 - EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citj,No.2306 Revised July 1,2011 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] / [RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work,to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily No.2306 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings,provide Traffic y; 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Trak Control Plans to City 38 Transportation and Public Works Department. S CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 5526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised July 1,2011 0157 13-1 STORM WATER POLLUTION PREVENTION Page I of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2. Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification,unless a date is specifically cited. 32 2. Integrated Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 E 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES) General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXR 150000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division,(817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TX-R150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of _ 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 58 13-1 TEMPORARY PROJECT SIGNAGE Pagel of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-inch fir plywood,grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciq>No.2306 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 t CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Citj,No.2306 Revised July 1,2011 01 6000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02 -Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 6000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 6600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers'unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 6600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] E 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION t CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised July 1,2011 01 7000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1 - GENERAL - 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits p 44 3. Mobilizations and Demobilization for Miscellaneous Projects n CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment, and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel, equipment,and operating 10 supplies from the Site including disassembly for each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 24 2. Division 1 —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Mobilization and Demobilization 28 a. Measure 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and materials furnished in accordance with this Item 32 are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 2. Remobilization for suspension of Work as specifically required in the Contract 35 Documents 36 a. Measurement 37 1) Measurement for this Item shall be per each remobilization performed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price per each"Specified Remobilization"in accordance with Contract 42 Documents. 43 c. The price shall include: 44 1) Demobilization as described in Section 1.1.A.2.a.1) 45 2) Remobilization as described in Section 1.1.A.2.a.2) CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 d. No payments will be made for standby,idle time,or lost profits associated this 2 Item. 3 3. Remobilization for suspension of Work as required by City 4 a. Measurement and Payment 5 1) This shall be submitted as a Contract Claim in accordance with Article 10 6 of Section 00 72 00. 7 2) No payments will be made for standby,idle time,or lost profits associated 8 with this Item. 9 4. Mobilizations and Demobilizations for Miscellaneous Projects 10 a. Measurement 11 1) Measurement for this Item shall be for each Mobilization and 12 Demobilization required by the Contract Documents 13 b. Payment 14 1) The Work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price per each"Work Order Mobilization"in accordance with Contract 17 Documents. Demobilization shall be considered subsidiary to mobilization 18 and shall not be paid for separately. 19 c. The price shall include: 20 1) Mobilization as described in Section 1.I.A.3.a.1) 21 2) Demobilization as described in Section 1.1.A.3.a.2) 22 d. No payments will be made for standby,idle time, or lost profits associated this 23 Item. 24 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 25 a. Measurement 26 1) Measurement for this Item shall be for each Mobilization and 27 Demobilization required by the Contract Documents 28 b. Payment 29 1) The Work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"will be paid for at the unit 31 price per each"Work Order Emergency Mobilization"in accordance with 32 Contract Documents. Demobilization shall be considered subsidiary to 33 mobilization and shall not be paid for separately. 34 c. The price shall include 35 1) Mobilization as described in Section 1.1.A.4.a) 36 2) Demobilization as described in Section 1.1.A.3.a.2) 37 d. No payments will be made for standby,idle time,or lost profits associated this 38 Item. 39 1.3 REFERENCES [NOT USED] 40 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 41 1.5 SUBMITTALS [NOT USED] 42 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 43 1.7 CLOSEOUT SUBMITTALS [NOT USED] 44 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Mosier IYalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 017000-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 END OF SECTION 8 Revision Log DATE NAME SUMMARY OF CHANGE 9 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 5 1 SECTION 01 71 23 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals,if required, shall be in accordance with Section 0133 00. 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. CITY OF FORT WORTH Mosier Valley Pat* STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 5 1 a. Certificate must be sealed by a registered professional land surveyor in the 2 State of Texas. 3 B. Field Quality Control Submittals 4 1. Documentation verifying accuracy of field engineering work. 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE 8 A. Construction Staking 9 1. Construction staking will be performed by the City. 10 2. Coordination 11 a. Contact City's Project Representative at least 2 weeks in advance for 12 scheduling of Construction Staking. 13 b. It is the Contractor's responsibility to coordinate staking such that construction 14 activities are not delayed or negatively impacted. 15 3. General 16 a. Contractor is responsible for preserving and maintaining stakes furnished by 17 City. 18 b. If in the opinion of the City,a sufficient number of stakes or markings have 19 been lost,destroyed or disturbed,by Contractor's neglect,such that the 20 contracted Work cannot take place,then the Contractor will be required to pay 21 the City for new staking with a 25 percent markup. The cost for staking will be 22 deducted from the payment due to the Contractor for the Project. 23 B. Construction Survey 24 1. Construction Survey will be performed by the City. 25 2. Coordination 26 a. Contractor to verify that control data established in the design survey remains 27 intact. 28 b. Coordinate with the City prior to field investigation to determine which 29 horizontal and vertical control data will be required for construction survey. 30 c. It is the Contractor's responsibility to coordinate Construction Survey such that 31 construction activities are not delayed or negatively impacted. 32 d. Notify City if any control data needs to be restored or replaced due to damage 33 caused during construction operations. 34 1) City shall perform replacements and/or restorations. 35 3. General 36 a. Construction survey will be performed in order to maintain complete and 37 accurate logs of control and survey work as it progresses for Project Records. 38 b. The Contractor will need to ensure coordination is maintained with the City to 39 perform construction survey to obtain construction features,including but not 40 limited to the following: 41 1) All Utility Lines 42 a) Rim and flowline elevations and coordinates for each manhole or 43 junction structure 44 2) Water Lines CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 5 1 a) Top of pipe elevations and coordinates for waterlines at the following 2 locations: 3 (1) Every 25O linear feet 4 (2) Horizontal and vertical points of inflection, curvature,etc. (All 5 Fittings) 6 (3) Cathodic protection test stations 7 (4) Sampling stations 8 (5) Meter boxes/vaults(All sizes) 9 (6) Fire lines 10 (7) Fire hydrants 11 (8) Gate valves 12 (9) Plugs, stubouts, dead-end lines 13 (10) Air Release valves(Manhole rim and vent pipe) 14 (11) Blow off valves (Manhole rim and valve lid) 15 (12) Pressure plane valves 16 (13) Cleaning wyes 17 (14) Casing pipe(each end) 18 b) Storm Sewer -- 19 (1) Top of pipe elevations and coordinates at the following locations: 20 (a) Every 25O linear feet 21 (b) Horizontal and vertical points of inflection, curvature, etc. 22 c) Sanitary Sewer 23 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 24 the following locations: 25 (a) Every 250 linear feet 26 (b) Horizontal and vertical points of inflection, curvature,etc. 27 (c) Cleanouts 28 c. Construction survey will be performed in order to maintain complete and 29 accurate logs of control and survey work associated with meeting or exceeding 30 the line and grade required by these Specifications. 31 d. The Contractor will need to ensure coordination is maintained with the City to 32 perform construction survey and to verify control data,including but not 33 limited to the following: 34 1) Established benchmarks and control points provided for the Contractor's 35 use are accurate 36 2) Benchmarks were used to furnish and maintain all reference lines and 37 grades for tunneling 38 3) Lines and grades were used to establish the location of the pipe 39 4) Submit to the City copies of field notes used to establish all lines and 40 grades and allow the City to check guidance system setup prior to 41 beginning each tunneling drive. 42 5) Provide access for the City to verify the guidance system and the line and 43 grade of the carrier pipe on a daily basis. 44 6) The Contractor remains fully responsible for the accuracy of the work and 45 the correction of it,as required. 46 7) Monitor line and grade continuously during construction. 47 8) Record deviation with respect to design line and grade once at each pipe 48 joint and submit daily records to City. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 5 1 9) If the installation does not meet the specified tolerances,immediately notify 2 the City and correct the installation in accordance with the Contract 3 Documents. 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD [SITE] CONDITIONS [NOT USED] 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS [NOT USED] 8 PART 3 - EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION [NOT USED] 12 3.4 APPLICATION 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [OR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. 18 B. Do not change or relocate stakes or control data without approval from the City. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Mosier i'alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 5 8/31/2012 D.J,h.... CITY OF FORT WORTH MosierValley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7423-1 CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction ' 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals,dispose of waste materials,debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives,dust,dirt, stains,fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors,lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts,blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way)Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks,pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to,vaults,manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Pagel of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 7719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required, in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci{),No.2306 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory,the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 78 23-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/i inches x 11 inches 34 b. Paper r 35 1) 40 pound minimum,white, for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal, address and telephone number 24 b. A list of each product required to be included,indexed to content of the volume 25 c. List,with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products,applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Mosier[,-alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed CITY OF FORT WORTH Mosier Valley Pat* STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 01 7839-1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents,including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 O1 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 7123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 23 ducts,and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor,subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 01 7839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 0241 13-1 SELECTIVE SITE DEMOLITION Pagel of 5 1 SECTION 02 4113 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls(less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements, Contract Forms, and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3. Section 3123 23—Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps: measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway:measure by the square foot by type. 30 e. Remove Fence: measure by the linear foot. 31 f. Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024113-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting,removal,hauling, 2 disposal,tools,equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 4 as a wall footing) shall be paid as sidewalk removal. For utility projects,this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting,removal,hauling,disposal, 8 tools,equipment, labor and incidentals needed to execute work.For utility 9 projects,this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 12 hauling,disposal,tools, equipment,labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects,this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting,removal,hauling, 17 disposal,tools,equipment, labor and incidentals needed to remove improved 18 driveway by type. For utility projects,this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal,hauling,disposal,tools, 21 equipment,labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading,hauling, 25 unloading, and storing or disposal;furnishing backfill material;backfilling the 26 portholes; and equipment,labor,tools,and incidentals.For utility projects,this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall(less than 4 feet tall): full compensation for saw 30 cutting,removal,hauling,disposal,tools, equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 33 removal. For utility projects,this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal,hauling,disposal,tools, 36 equipment,labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting,removal,hauling, 40 disposal,tools,equipment, labor and incidentals needed to execute work. For 41 utility projects,this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal,hauling,disposal,tools, equipment,labor and incidentals needed to 45 execute work. For utility projects,this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY [NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 3123 23. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy,expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3A.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3.4.K. 32 2. Remove ramp to nearest existing dummy, expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy,expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 5 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 6 joint on existing sidewalk. 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings. 13 4. Contractor responsible for keeping animals(livestock,pets,etc.)within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall(less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024113-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 K. Sawcut 2 1. Sawing Equipment 3 a. Power-driven 4 b. Manufactured for the purpose of sawing pavement 5 c. In good operating condition 6 d. Shall not spall or fracture the pavement to the removal area 7 2. Sawcut perpendicular to the surface completely through existing pavement. 8 3.5 REPAIR [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTECTION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 20 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-1 PAVING REMOVAL Page I of 6 1 SECTION 02 41 15 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving,asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 1133 -Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 £ Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization:measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 35 disposal,tools,equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-2 PAVING REMOVAL Page 2 of 6 1 b. Remove Asphalt Paving: full compensation for saw cutting,removal,hauling, 2 disposal,tools,equipment,labor and incidentals needed to execute work. For 3 utility projects,this Item shall be considered subsidiary to the trench and no 4 other compensation will be allowed.For utility projects,this Item shall be 5 considered subsidiary to the trench and no other compensation will be allowed. 6 c. Remove Brick Paving: full compensation for saw cutting,removal,salvaging, 7 cleaning,hauling,disposal,tools, equipment,labor and incidentals needed to 8 execute work. For utility projects,this Item shall be considered subsidiary to 9 the trench and no other compensation will be allowed. 10 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 11 hauling,disposal,tools, equipment,labor and incidentals needed to execute 12 work. For utility projects,this Item shall be considered subsidiary to the trench 13 and no other compensation will be allowed. 14 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 15 hauling, disposal,tools,equipment,labor and incidentals needed to execute 16 work. 17 f. Wedge Milling: full compensation for all milling,hauling milled material to 18 salvage stockpile or disposal,tools,labor, equipment and incidentals necessary 19 to execute the work. 20 g. Surface Milling: full compensation for all milling,hauling milled material to 21 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 22 to execute the work. 23 h. Butt Milling: full compensation for all milling,hauling milled material to 24 salvage stockpile or disposal,tools,labor, equipment and incidentals necessary 25 to execute the work. 26 i. Pavement Pulverization: full compensation for all labor,material, equipment, 27 tools and incidentals necessary to pulverize,remove and store the pulverized 28 material,undercut the base,mixing,compaction,haul off,sweep, and dispose 29 of the undercut material. 30 j. Remove speed cushion: full compensation for removal,hauling, disposal, 31 tools, equipment,labor, and incidentals needed to execute the work. For utility 32 projects,this Item shall be considered subsidiary to the trench and no other 33 compensation will be allowed. 34 k. No payment for saw cutting of pavement or curbs and gutters will be made 35 under this section. Include cost of such work in unit prices for items listed in 36 bid form requiring saw cutting. 37 1. No payment will be made for work outside maximum payment limits indicated 38 on plans,or for pavements or structures removed for CONTRACTOR'S 39 convenience. 40 1.3 REFERENCES 41 A. ASTM International(ASTM): 42 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 43 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 44 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 45 1.5 SUBMITTALS [NOT USED] 46 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 47 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-3 PAVING REMOVAL Page 3 of 6 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 4 1.11 FIELD CONDITIONS [NOT USED] fi 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT [NOT USED] 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3- EXECUTION 12 3.1 EXAMINATION [NOT USED] 13 3.2 INSTALLERS [NOT USED] 14 3.3 PREPARATION 15 A. General: 16 1. Mark paving removal limits for City approval prior to beginning removal. 17 2. Identify known utilities below grade- Stake and flag locations. 18 3.4 PAVEMENT REMOVAL 19 A. General. 20 1. Exercise caution to minimize damage to underground utilities. 21 2. Minimize amount of earth removed. 22 3. Remove paving to neatly sawed joints. 23 4. Use care to prevent fracturing adjacent, existing pavement. 24 B. Sawing 25 1. Sawing Equipment. 26 a. Power-driven. 27 b. Manufactured for the purpose of sawing pavement. 28 c. In good operating condition. 29 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 30 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 31 perpendicular to existing joint. 32 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 33 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint,saw 34 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 35 joint,edge or lip. 36 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 37 neat, straight line for the purpose of removing the damaged area. CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-4 PAVING REMOVAL Page 4 of 6 1 C. Remove Concrete Paving and Concrete Valley Gutter 2 1. Sawcut: See 3.4.13. 3 2. Remove concrete to the nearest expansion joint or vertical saw cut. 4 D. Remove Concrete Curb and Gutter 5 1. Sawcut: See 3.4.13. 6 2. Minimum limits of removal: 30 inches in length. 7 E. Remove Asphalt Paving 8 1. Sawcut: See 3.4.13. 9 2. Remove pavement without disturbing the base material. 10 3. When shown on the plans or as directed, stockpile materials designated as 11 salvageable at designated sites. 12 4. Prepare stockpile area by removing vegetation and trash and by providing for 13 proper drainage. 14 F. Milling 15 1. General 16 a. Mill surfaces to the depth shown in the plans or as directed. 17 b. Do not damage or disfigure adjacent work or existing surface improvements. 18 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 19 surface to make rough. 20 d. Provide safe temporary transition where vehicles or pedestrians must pass over 21 the milled edges. 22 e. Remove excess material and clean milled surfaces. 23 f. Stockpiling of planed material will not be permitted within the right of way 24 unless approved by the City. 25 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 26 existing brick base. See 3.3.G. for brick paving removal. 27 2. Milling Equipment 28 a. Power operated milling machine capable of removing,in one pass or two 29 passes,the necessary pavement thickness in a five-foot minimum width. 30 b. Self-propelled with sufficient power,traction and stability to maintain accurate 31 depth of cut and slope. 32 c. Equipped with an integral loading and reclaiming means to immediately 33 remove material cut from the surface of the roadway and discharge the cuttings 34 into a truck,all in one operation. 35 d. Equipped with means to control dust created by the cutting action. 36 e. Equipped with a manual system providing for uniformly varying the depth of 37 cut while the machine is in motion making it possible to cut flush to all inlets, 38 manholes,or other obstructions within the paved area. 39 f. Variable Speed in order to leave the specified grid pattern. 40 g. Equipped to minimize air pollution. 41 3. Wedge Milling and Surface Milling 42 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 43 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 44 cut)at a minimum width of 5 feet. 45 b. Surface Mill existing asphalt pavement to the depth specified, CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-5 PAVING REMOVAL Page 5 of 6 1 c. Provide a milled surface that provides a uniform surface free from gouges, 2 ridges,oil film, and other imperfections of workmanship with a uniform 3 textured appearance. 4 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the { 5 wedge milling includes the removal of the existing asphalt covering the gutter 6 up to and along the face of curb. 7 e. Perform wedge or surface milling operation in a continuous manner along both 8 sides of the street or as directed. 9 4. Butt Joint Milling 10 a. Mill buttjoints into the existing surface, in association with the wedge milling 11 operation. 12 b. Butt joint will provide a full width transition section and a constant depth at the 13 point where the new overlay is terminated. 14 c. Typical locations for butt joints are at all beginning and ending points of streets 15 where paving material is removed. Prior to the milling of the buttjoints, 16 consult with the City for proper location and limits of these joints. 17 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 18 valley gutters,bridge decks and culverts and all other items which transverse 19 the street and end the continuity of the asphalt surface. 20 e. Make each butt joint 20 feet long and milled out across the full width of the 21 street section to a tapered depth of 2 inch. 22 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 23 line adjacent to the beginning and ending points or intermediate transverse 24 items. 25 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 26 over the bump. 27 G. Remove Brick Paving 28 1. Remove masonry paving units to the limits specified in the plans or as directed by 29 the City. 30 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile 31 yard at 3300 Yuma Street or as directed. 32 H. Pavement Pulverization 33 1. Pulverization 34 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 11 33. 35 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 36 base 2 inches. 37 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 38 2. Cement Application 39 a. Use 3.5%Portland cement. 40 b. See Section 32 1133. 41 3. Mixing: see Section 32 1133. 42 4. Compaction: see Section 32 1133. 43 5. Finishing: see Section 32 1133. 44 6. Curing: see Section 32 11 33. 45 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 46 stone/gravel: CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 024115-6 PAVING REMOVAL Page 6 of 6 1 a. Undercut not required 2 b. Pulverize 10 inches deep. 3 c. Remove 2-inch the total pulverized amount. 4 I. Remove speed cushion 5 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 6 pavement. 7 3.5 REPAIR [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 19 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 028100-1 LANDSCAPE IRRIGATION SYSTEM Page 1 of 12 1 SECTION 02 8100 2 LANDSCAPE IRRIGATION SYSTEM 3 PART1 - GENERAL 4 Drawings, Standard General Conditions of Contract, Special Conditions and Division-1 5 specification sections,apply to work of this section. 6 1.1 DESCRIPTION 7 A. Landscape irrigation system components and installation procedures. 8 1.2 LICENSED IRRIGATOR 9 A. Installation of the irrigation system shall be under the supervision of a licensed irrigator 10 in the State of Texas. 11 1.3 STANDARDS 12 A. ASTM D1785 (ANSI B72.7): Standard Specification for Poly(Vinyl Chloride)(PVC) 13 Plastic Pipe, Schedules 40, 80, and 120. 14 B. ASTM D2241 (ANSI B72.2): Standard Specification for Poly(Vinyl Chloride) (PVC) 15 Plastic Pipe(SDR-PR). 16 C. ASTM D2466: Standard Specification for Poly(Vinyl Chloride(PVC)Plastic Pipe 17 Fittings, Schedule 40. 18 D. ASTM D2564(ANSI B72.16): Standard Specification for Solvent Cements for Poly 19 (Vinyl Chloride) (PVC)Pipe and Fittings. 20 E. ASTM D2855 (ANSI K65.55): Standard Recommended Practice for Making Solvent- 21 Cemented Joints with Poly(Vinyl Chloride)(PVC)Pipe and Fittings. 22 1.4 EQUAL MATERIALS 23 A. It is not the intent of these specifications to limit materials to the product of any 24 particular manufacturer. Where definite materials, equipment and/or fixtures have been 25 specified,it has been done to set a definite standard and a reference for comparison as to 26 quality,application,physical conformity, and other characteristics. It is not the intention 27 of the Owner or the Consultant to discriminate against or prevent any dealer,jobber or 28 manufacturer from furnishing materials,equipment,and/or fixtures,which meet or 29 exceed the characteristics of the specified items. Substitution of materials shall not be 30 made without prior written approval from the Owner and the Consultant. Refer to 31 SECTION 01630-Product Options,Equal Material and Substitutions. 32 B. Design criteria and water pressure must be carefully considered when selecting 33 equipment. Only equipment that performs as specified will be considered. 34 1.5 LOCATION OF AND DAMAGE TO EXISTING UTILITIES t 35 A. The Contractor is responsible for locating underground obstacles. Exercise caution to 36 prevent damage to existing facilities during the progress of the work,taking care to locate = 37 same,where possible,in advance of the actual work. The Owner's representative will : 38 render all assistance possible to the Contractor in determining the location of existing 39 utilities by making available such maps,records and other information as may be CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028100-2 LANDSCAPE IRRIGATION SYSTEM Page 2 of 12 1 accessible to him,when requested to do so,but the accuracy of such information will not 2 be guaranteed. The Contractor shall be responsible for repairs resulting from damage to 3 existing utilities resulting from his operations. Should the Contractor, in the layout of 4 work,encounter any pipe,underground utility, or structure,the location of which has not 5 been furnished to him by the Owner,he shall bring such conditions to the attention of the 6 Owner's representative for his determination of the method to be used to remove or 7 bypass such obstructions. 8 1.6 WATER SUPPLY 9 A. Make connections to the existing water line at the location shown on the plans. 10 1.7 WORKMANSHIP 11 A. Install equipment in accordance with the recommendations of the manufacturer and the 12 best standard practice for this type of work. Care must be taken to keep the inside of the 13 pipes clean and free of dirt,rock,cutting, etc. Flush all systems clean prior to installing 14 sprinkler heads. 15 1.8 CODES AND PERMITS 16 A. Install all work according to applicable codes and ordinances of the City and the 17 National Electrical Code. Obtain and pay for all required permits. 18 1.9 WEATHER PROTECTION 19 A. Protect and maintain all work,materials and fixtures from weather damage. All new 20 work likely to be damaged shall be covered or otherwise protected. 21 1.10 SITE CONDITIONS 22 A. Before ordering materials or beginning work,verify dimensions of existing and new 23 work. Any differences found shall be submitted to the Owner's representative for 24 consideration before proceeding with work. No extra compensation will be allowed 25 because of differences between actual dimensions and measurements indicated on the 26 plans. Plans are diagrammatic and approximate. 27 1.11 PROTECTION AND SAFETY 28 A. Send proper notices,make all necessary arrangements and perform other services 29 required for the care,protection and maintenance of public utilities, and services, 30 including fire plugs,telephone and telegraph poles and wires, and all other items of this 31 nature on or about the site, assuming all responsibility and paying all costs for which the 32 Owner may be liable. 33 B. Construct and maintain necessary temporary drainage and provide pumping,as 34 required,to keep excavations free of water. 35 C. Provide all shoring,bracing and sheeting as required by OSHA Regulations and for the 36 proper execution of the work.All shoring,bracing and sheeting shall be removed from 37 the site when the work is completed. 38 D. Fires are not permitted. 39 E. All work shall be performed in accordance with the national "Occupational Safety and 40 Health Standards" (OSHA). CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 028100-3 LANDSCAPE IRRIGATION SYSTEM Page 3 of 12 1 1.12 SUBMITTALS 2 A. Using hard cover 3 ring notebooks,provide not less than three(3)copies of complete 3 brochures describing equipment and materials, including names of manufacturer's catalog 4 numbers,trade names,instructions for setting, connecting and operation,technical data 5 and any special information requested. Unless resubmission is required,two will be 6 retained and one returned after being reviewed. If resubmission is required,one 7 corrected copy and one original copy will be returned after being reviewed. If 8 resubmission is required, one corrected copy and one original copy will be returned and 9 one will be retained. One approved copy shall be in the file of the Contractor's 10 representative at the project site. 11 1.13 RECORD PRINTS 12 A. Provide and keep a complete up-to-date a Record Set of blue-line prints which shall be 13 corrected daily and show every change from the original plans and specifications and the 14 exact locations, sizes and kinds of equipment. Prints for this purpose may be obtained 15 from the Owner's representative at cost. This set of drawings shall be kept on the site and 16 shall be used only as a record set. 17 B. These drawings shall also serve as work progress sheets and shall be the basis for 18 measurement and payment for work completed. Make neat and legible annotations 19 thereon daily as the work proceeds, showing the work as actually installed. These plans 20 shall be available at all times for inspection and shall be kept in a location designated by 21 the Consultant. 22 C. Before the date of the final inspection,transfer all information from the record prints to 23 a sepia mylar,provided by the Consultant. All work shall be neat,in ink,and subject to 24 the approval of the Consultant. 25 D. Dimension from two(2)permanent points of reference,building corners,sidewalks,or 26 road intersections, etc.,the location of the following items: 27 1. Connection to existing water lines. 28 2. Connection to existing electrical power. 29 3. Gate valves. 30 4. Routing of irrigation pressure lines(dimension maximum 100'along routing). 31 5. Remote control valves. 32 6. Routing of control tubing. 33 7. Quick coupling valves. 34 8. Manual drain valves. 35 9. Routing of irrigation lateral lines(with a change of two(2)feet each way). 36 10. Other related equipment as directed by the Owner's representative. 37 E. Prior to the date of the final inspection,the contractor shall deliver the corrected and 38 completed sepias to the Consultant for approval. Delivery of the mylars will not relieve 39 the responsibility of furnishing required information that may be omitted from the prints. 40 1.14 CONTROLLER CHARTS 41 A. The Consultant shall approve the record prints before the controller charts are prepared. 42 B. Provide one controller chart for each automatic controller. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028100-4 LANDSCAPE IRRIGATION SYSTEM Page 4 of 12 1 C. The chart shall show the area controlled by the automatic controller and shall be the 2 maximum size,which the controller door will allow. 3 D. The chart is to be a reduced plan of the actual approved in-place system. 4 E. The chart shall be a photo-static copy of blue-line ozalid print and a different color shall 5 be used to indicate the area of coverage for each station. 6 F. When completed and approved,the chart shall be hermetically sealed between two 7 pieces of plastic, each piece being a minimum of 20 mils. 8 G. These charts shall be completed and approved by the Consultant prior to final 9 inspection of the irrigation system. 10 1.15 IRRIGATION CONTRACTOR'S RESPONSIBILITY 11 A. Prior to submittal of the bid,the Contractor shall acquaint himself with all matters and 12 conditions concerning the site and existing conditions. 13 B. Coordinate work with the other trades so that all phases of the work may be properly 14 coordinated without delays or damage to any parts of the work. 15 C. The Contractor shall be responsible for all sleeves and chases under paving,through 16 walls, etc.,unless otherwise noted on plans. 17 D. Irrigation sleeves to be installed under pavement areas,whether indicated on plan or 18 not. 19 1.16 CHANGES IN THE WORK 20 A. Minor changes, such as head location and controller location adjustments,which do not 21 involve extra cost and are consistent with the purpose of the work may be ordered by the 22 Owner's representative and no claim for an addition to the contract sum or time schedule 23 will be considered. 24 1.17 FINAL INSPECTION 25 A. A qualified person duly authorized in writing to represent the Irrigation Contractor shall 26 be present at the final inspection to demonstrate the systems and prove the performance 27 of the equipment. Prior to this inspection,all work under this division shall have been 28 completed,tested,balanced and adjusted and in final operating condition. 29 1.18 GUARANTEE 30 A. Guarantee the satisfactory operation of the entire system,to the extent possible under 31 the scope of the work included in this contract. The entire system shall be guaranteed to 32 be complete and work properly for a period of one year from date of final acceptance. 33 Repair any defects or replace any defective parts found or occurring within that year,free 34 of expense to the Owner. 35 B. Include a copy of the guarantee form in the Operation and Maintenance Manual. 36 1.19 MISCELLANEOUS SERVICES OF IRRIGATION CONTRACTOR 37 A. Train at least two(2)of the Owner's employees in the operation and maintenance of the 38 system. This shall include the operation of the controllers and valves,how to most 39 effectively use the system,and maintenance on all equipment including the removal and 40 replacement of valve and controller components. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 0281 00-5 LANDSCAPE IRRIGATION SYSTEM Page 5 of 12 1 B. Provide two(2)quick coupling valve keys and two(2)sets of automatic controller keys 2 for each controller. This equipment shall be turned over to the Owner upon final 3 acceptance of the work by the Owner. 4 C. Provide a watering program to the Owner showing the scheduling or sequencing of the 5 valves,including which valves may be run simultaneously, and a desirable timing 6 program for each controller. The controllers shall be scheduled to prevent an excessive 7 amount of head loss in the system. The program shall include suggested operating time 8 for new planting and established growth. 9 D. Operation and Maintenance Manuals-Prepare and deliver to the Consultant,within ten 10 calendar days prior to completion of construction,two hard cover, three ring binders 11 containing the following information: 12 1. Index sheet stating Contractor's address and telephone number, list of equipment 13 with name and addresses of local manufacturer's representative. 14 2. Catalog and parts sheets on each product and equipment type installed under this 15 contract. 16 3. Guarantee statement. 17 4. Complete operating and maintenance instruction on all major equipment. 18 1.20 SITE OR FIELD VISITS BY THE CONSULTANT 19 A. The Consultant will visit the site once to examine materials for type, size and character 20 specified. The Consultant will also visit the site once to examine the installation and 21 operation of the system. 22 B. Should additional trips be required due to rejection of materials or improper or 23 inadequate completion of the work,the costs of additional trips will be paid for by the 24 Contractor. Such costs will include the Consultant's time,travel and other miscellaneous 25 related expenses. 26 PART 2- MATERIALS 27 2.1 GENERAL 28 A. All materials and accessories shall be of new and unused material. Any section of pipe 29 found to be defective before or after installation shall be replaced with new pipe. All new 30 irrigation equipment shall be essentially the standard product of the manufacturer. All 31 new equipment furnished shall have in-service performance records sufficient to verify 32 published capabilities. 33 2.2 PIPE AND FITTINGS 34 A. PVC Pressure Main Line and Fittings: 35 1. Pressure main line piping shall be Schedule 40 PVC. Main line piping less than 36 three(3)inches in diameter shall have solvent welded joints. Main line piping 37 greater than three(3) inches in diameter shall be JM Ring-Tite gasketed bell joint 38 pipe,or approved equal. 39 2. Pipe shall be made from NSF approved Type I,Grade I PVC compound 40 conforming to ASTM resin specification D1785. All pipes must meet the 41 requirements of Federal Specification S-21-70. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028100-6 LANDSCAPE IRRIGATION SYSTEM Page 6 of 12 1 3. PVC solvent-weld fittings shall be Schedule 40, 1-2;II-1 NSF approved 2 conforming the ASTM test procedure D2466. 3 4. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type 4 and installation methods prescribed by the manufacturer. 5 5. All PVC pipe must bear the following markings: 6 a. Manufacturer's name. 7 b. Nominal pipe size. 8 c. Schedule or class. 9 d. Pressure rating in PSI. 10 e. NSF(National Sanitation Foundation) approval. 11 f. Date of extrusion. 12 g. All fittings shall bear the manufacturer's name of trademark,material 13 designation, size applicable IPS schedule and NSF seal of approval. 14 B. PVC Non-Pressure Lateral Line Piping: 15 1. Non-Pressure buried lateral line piping 3/4" in diameter and above shall be 16 Schedule 40 PVC with solvent-weld joints. Laterals 1/2"in diameter shall be 17 Schedule 40 PVC with solvent-weld joints. 18 2. Pipe shall be made from NSF approved,Type I,Grade I PVC compound 19 conforming to ASTM resin specification D1785. All pipes must meet the 20 requirements of Federal Specification PS-21-70 with an appropriate standard 21 dimension ratio. 22 3. Except as noted in paragraphs above,pipe and fittings for PVC non-pressure lateral 23 line piping will be the same as for solvent-weld pressure main line pipe and fittings 24 as set forth in"PVC Pressure Main Line Pipe and Fittings" above. 25 2.3 AUTOMATIC CONTROLLERS 26 A. Automatic controller shall be of type and size shown on the plans. 27 B. The Owner's Representative shall approve the final location of automatic controller 28 prior to installation. 29 C. The 120 volt electrical power hook up for the automatic controller shall be provided by 30 the Contractor. The cost for such electrical hook up shall be considered as included in the 31 bid cost for irrigation installation. 32 D. Controller shall be housed in a metal locking weatherproof cabinet as indicated on 33 plans. 34 2.4 GATE VALVES 35 A. Gate valves shall have bell or spigot ends,flanges or screw joints as required for the 36 piping in which they are installed. All gate valves shall be manufactured of brass 37 conforming to the AWWA Standard C-500,or to Federal Specification WW-V-58,Class 38 B. Gate Valves shall be designed for a minimum water working pressure of 120-psi. 39 Gate valves shall have a clear waterway equal to the full nominal diameter of the valve 40 and shall be opened by turning counterclockwise. 41 2.5 REMOTE CONTROL VALVES 42 A. The remote control valves shall be of the type shown on the drawings,and shall be 43 electrically operated,normally closed diaphragm type valves. Valves shall be slow 44 opening and closing. Valves shall have a manual flow control and manual bleed plug. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028100-7 LANDSCAPE IRRIGATION SYSTEM Page 7 of 12 1 2.6 QUICK COUPLING VALVES 2 A. All quick coupling valves shall be a one piece, 1 inch in size, single lug brass or bronze 3 unit with a self-closing locking metal cover or as noted on plans. Valves shall be 4 guaranteed to withstand 125-psi pressure without leaking. 5 2.7 BACKFLOW PREVENTER 6 A. The backflow prevention device shall be of the type and size shown on the Drawings. 7 The backflow preventer will be installed at location(s)shown on the drawings. Install 8 backflow preventer in accordance with local codes and ordinances. 9 2.8 REMOTE CONTROL WIRE 10 A. Connections between the automatic controllers and the remote control valves shall be 11 made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different 12 color wire for each automatic controller. Common wires shall be white with a different 13 color stripe for each controller. Install in accordance with automatic controller 14 manufacturer's specifications and wire chart. In no case shall wire size be less than AWG 15 #14 U.F. 16 B. All wire shall be installed according to local electrical codes and must bear UL 17 approved(Type UF)for direct underground burial. 18 2.9 CONTROL WIRE SPLICES 19 A. Control wire splices shall be made with 3M-DBY wire connectors and sealant,or an 20 approved equal. Connectors shall be of the proper size to match the wire. Only make 21 wire splices in valve boxes or junction boxes approved by the Owner's representative. 22 2.10 VALVE BOXES 23 A. Valve boxes for remote control valves and isolation valves shall be of type and size as 24 shown in details. 25 2.11 ROTARY POP-UP HEADS 26 A. Provide rotary pop-up heads as indicated on the drawings. Rotary pop-up heads shall 27 be installed in a cyclolac case. Heads shall pop-up until the nozzle is a minimum of 2" 28 above ground level. All internal parts shall be removable from above ground. See the 29 equipment schedule on the plans for the performance data. 30 2.12 SPRAY POP-UP HEADS 31 A. Pop-up spray heads shall be the type as shown on plans with a 1/2" female inlet. The 32 nozzle shall have the angle of trajectory specified on the equipment schedule, and a screw 33 adjustment for regulating the spray radius. See the Equipment Schedule on the plans for 34 the performance data. 35 2.13 SWING JOINT NIPPLES 36 A. All swing joint nipples shall be made of polyvinyl chloride, Schedule 40,threaded pipe. 37 Fittings at swing joints shall be schedule 40 PVC threaded elbows. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 0281 00-8 LANDSCAPE IRRIGATION SYSTEM Page 8 of 12 1 PART 3- INSTALLATION 2 3.1 GENERAL 3 A. Provide a complete and properly functioning automatic irrigation system as indicated 4 herein and on the Drawings. 5 B. Unless otherwise specified or shown on the plans,the construction of irrigation lines 6 shall include excavation and backfill,the furnishing,installing and testing or irrigation 7 pipe and fittings, and electrical conductors and all other work in accordance with the 8 plans and specifications. The irrigation system installation shall be coordinated with 9 other construction activities. 10 C. All valves and other irrigation equipment shall be located in planting areas,unless 11 otherwise noted on the Drawings. 12 3.2 PIPE AND FITTINGS 13 A. PVC pipe,couplings and fittings shall be handled and installed in accordance with the 14 manufacturer's recommendations. Each pipe length shall be properly spaced in jointing 15 to allow for expansion and contraction. Piping will be snaked in trench as shown in the 16 trenching details. If necessary,stakes are to be used to make pipe snake in trench. All 17 stakes are to be removed,as the trench is backfilled. 18 B. All laterals shall be installed with 12" minimum coverage over pipes at finish grade and 19 all main lines with at least 18"minimum coverage.All lines shall have a minimum 20 clearance of 6" from each other and from lines of other trades. Pipe shall lie on a 21 minimum 2"sand sub-base. Parallel lines shall not be installed directly over one another. 22 C. Install concrete thrust blocks as indicated on the details in the drawings. Blocking shall 23 be a minimum of 1.5 C.F. each. Set concrete blocking against undisturbed earth. 24 D. The interior of the pipe shall be thoroughly cleaned of all foreign matter before being 25 lowered into the trench,and shall be kept clean during laying operations by means of lugs 26 or other approved methods. The pipe shall not be laid in water,or when trench or 27 weather conditions are unsuitable for the work. Water shall be kept out of the trench 28 until the joints are completed. When work is not in progress,open ends of pipe and 29 fittings shall be securely closed so that no trench water, earth or other substance will enter 30 the pipes or fittings. Any pipe that has the grade or joint disturbed after being installed 31 shall be taken up and relayed. Fittings at bends in the pipe, and at the end of lines shall 32 be firmly wedged against the vertical face of the trench by means of concrete thrust 33 blocks. 34 E. Joints in all screwed fittings shall be made by applying teflon tape on male threads. 35 Use of pipe joint compound or similar substance is prohibited. 36 F. After installation,the lines will be flushed until they are free of rocks, dirt,debris,etc., 37 before the heads are installed. 38 G. Pipes and/or sleeves placed underground and not immediately connected to other pipes 39 shall be capped or plugged to prevent water and dirt from entering the pipe. Sleeves for 40 wires shall be capped or sealed with mastic tape after wires have been installed. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 0281 00-9 LANDSCAPE IRRIGATION SYSTEM Page 9 of 12 1 3.3 AUTOMATIC CONTROLLERS 2 A. Controllers shall be installed at locations shown on the plans or as directed by the 3 Owner or Owner's representative. Controllers shall be installed as shown in the details on 4 the plans. 5 B. All electrical wiring and connections shall be installed according to the local City and 6 National Electrical Code. 7 3.4 GATE AND REMOTE CONTROL VALVES 8 A. Install all new valves as indicated on the plans or as may be required for the proper 9 control of the piping systems in which they are incorporated. Valves shall be set 10 vertically. Valves shall be set as shown on the drawings and as approved by the Owner's 11 representative. 12 B. Control valves shall be adjusted to give the correct pressure at the spray head. 13 C. Teflon tape is to be used on all male threads when installing valves. 14 D. All valve boxes are to be left in a clean condition,providing ready access to valves. 15 3.5 QUICK COUPLING VALVES 16 A. Quick coupling valves shall be installed in a vertical position as shown in the details 17 and at locations shown on the plans. 18 3.6 BACKFLOW PREVENTER 19 A. Backflow preventer shall be installed as shown on drawings and in accordance with 20 local codes and ordinances. 21 3.7 REMOTE CONTROL WIRE 22 A. Connections between the automatic controllers and the remote control valves shall be 23 made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be different 24 color wire for each automatic controller. Common wires shall be white with a different 25 color stripe for each controller. Install in accordance with valve manufacturer's 26 specifications and wire chart. In no case shall wire size be less than AWG#14 U.F. 27 B. All wire shall be installed according to local electrical codes and must be insulated with 28 PVC and bear UL approved(Type UF)for direct underground burial. 29 3.8 CONTROL WIRE SPLICES 30 A. Control wire splices shall be made with 3M-DBY wire connectors and sealant, or an 31 approved equal. Connectors shall be of the proper size to match the wire. 32 B. No control wire splices will be permitted between remote control valve boxes and 33 controllers. 34 3.9 VALVE BOXES 35 A. Valve boxes shall be installed in an accessible place as shown on plans.All valve box 36 covers,valve boxes,etc. shall be placed so the edges are parallel or perpendicular to 37 adjacent hard edges or edge of field. Top of all boxes shall be 1" above finished grade. 38 Top surface of boxes shall be installed so that a smooth surface is created in relation to 39 existing grade. Boxes shall be a minimum of 7'—0"from edge of field. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028100-10 LANDSCAPE IRRIGATION SYSTEM Page 10 of 12 1 3.10 IRRIGATION HEADS 2 A. Irrigation heads shall be installed in plumb position at intervals not to exceed those 3 shown and in the approximate location and configuration shown on the plans. Head 4 swing joints,risers and flexible connectors shall be as shown on the details. All nipples 5 shall be the minimum length required to allow irrigation head adjustment motion without 6 including load on the supply pipe. Irrigation heads shall be installed as detailed on the 7 plans. 8 3.11 TRENCH EXCAVATION AND BACKFILL 9 A. The Contractor shall perform all excavation to the depth indicated in these 10 specifications and plans. All excavated material not required for fill or backfill shall be 11 removed from the site. The banks of trenches shall be kept as nearly vertical as 12 practicable. Trenches shall be wide enough to permit proper placing of pipe. Where rock 13 excavation is required, or where stones are encountered in the bottom of the trench,the 14 rock or stones shall be removed to a depth of four(4)inches minimum below the trench 15 depth indicated. The over-depth rock excavation and all excess trench excavation shall 16 be backfilled with loose,moist earth or sand,thoroughly compacted. Whenever soil, 17 which is wet or otherwise incapable of supporting the pipe is encountered in the trench 18 bottom, such soil shall be removed to a depth and length required and the trench 19 backfilled to trench bottom grade as hereinafter specified,with coarse sand,fine gravel or 20 other suitable material. 21 B. Bottom of trench grade shall be continued past ground surface deviations to avoid air 22 pockets and low collection points in line. The minimum cover specifications shall govern 23 regardless of variations in ground surface profile and occasional deeper excavation 24 required at banks and other field conditions. Excavation shall be such that a uniform 25 trench grade variation will occur in all cases where variations are necessary. In no case 26 shall the angle of deflection from one pipe length to another exceed 5 degrees. 27 C. Trench excavation shall consist of the satisfactory removal and disposition of all 28 materials,and shall include all shoring and sheeting required by state and local 29 regulations to protect the excavation and to safeguard employees. 30 D. During excavation,materials suitable for backfilling shall be stockpiled in an orderly 31 manner a sufficient distance back from edge of trenches to avoid overloading and prevent 32 slides or cave-ins. No excavated materials shall be placed within or permitted to fall 33 upon roadways. 34 E. The trenches shall be carefully backfilled with the excavated materials approved for 35 backfilling,consisting or earth,loam, sandy clay,sand,or other approved materials,free 36 from large clods of earth or stone. Rock,broken concrete or pavements and large 37 boulders shall not be used as backfill material. The backfill shall be thoroughly 38 compacted and evened off with the adjacent soil level. Any materials not suitable for 39 backfill shall be removed from the site and disposed of. 40 F. Select fill dirt or sand shall be used if soil conditions are rocky. In rocky areas the 41 trenching depth shall be four inches below normal trench depths to allow for this 42 bedding. The fill or dirt or sand shall be used in filling four inches above the pipe or 43 wires. The remainder of the backfill shall contain no lumps or rocks larger than one inch. 44 The top six inches of backfill shall be free of rocks, subsoil or trash. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 0281 00-11 LANDSCAPE IRRIGATION SYSTEM Page 11 of 12 1 G. Backfill shall be placed in layers;the thickness of the layers shall depend on the nature 2 of the material and the method of compaction used. Compaction shall be accomplished 3 in such a manner as to assure that there will be no future subsidence. 4 H. Any trenches improperly backfilled,or where settlement occurs, shall be reopened to 5 the depth required for compaction,then filled and compacted with the surface restored to 6 the required grade and left in a completed surface condition as described above. 7 I. All excavation and backfill shall be unclassified and covered in the base bid. No 8 additional charges will be allowed for rock encountered. 9 3.12 LEAK TEST 10 A. When the mainline or sections of the mainline, laterals, swing joints and valves have 11 been installed,the system(or section)will be thoroughly flushed. The system(or 12 section)will then be pressurized for 8 hours at the operating pressure. 13 B. All lateral lines, from the control valve to the spray head, shall be tested,for an 14 operating period of 8 hours by capping the pipe at the sprinkler head and pressurizing the 15 pipe. 16 C. Any leakage found will be repaired and retested for another 8-hour period prior to 17 backfilling. 18 3.13 CLEANING AND FLUSHING SYSTEM 19 A. After pipe, fittings,and valves have been installed and connections made to the water 20 source, flush pipes several times until free of all rocks, dirt,trash,pipe shavings or debris 21 before installing heads. After the pipe has been thoroughly flushed,start installing the 22 heads with the water running,beginning with the one nearest the valve and working 23 toward the ends of the laterals forcing the water and any debris left in the pipe out the last 24 head connection. After the heads have been installed the system is to be operated several 25 times before final inspection. The heads shall also be cleaned or replaced if necessary 26 before final inspection. 27 3.14 PLANT MATERIALS 28 A. Where it is necessary to excavate adjacent to plant materials, the Contractor shall use all 29 possible care to avoid injury to plants and plant roots. Excavation in areas where two(2) 30 inch and larger roots occur shall be done by hand. All roots two(2)inches and larger in 31 diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall 32 be heavily wrapped with burlap to prevent scarring or excessive drying. Where a 33 trencher is run close to plants having roots smaller than two(2)inches in diameter,the 34 wall of the trench adjacent to the tree shall be hand trimmed,making clean cuts through. 35 Roots one(1)inch and larger in diameter shall be painted with two coats of Tree Seal, or 36 equal. Trenches adjacent to plant should be closed within twenty-four(24)hours; and 37 where this is not possible,the side of the trench adjacent to the plant shall be kept shaded 38 with burlap or canvas. No trenching shall occur within 8'of existing trees if heads occur 39 closer than 8'to an existing tree,the lateral trench shall be cut radial to the trunk. 40 3.15 TEMPORARY REPAIRS 41 A. The Owner reserves the right to make temporary repairs as necessary to keep the 42 irrigation system equipment in operating condition. The exercise of this right by the 43 Owner shall not relieve the Contractor of his responsibilities under the terms of the 44 guarantee as herein specified. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 s 0281 00-12 LANDSCAPE IRRIGATION SYSTEM Page 12 of 12 1 3.16 CLEANUP 2 A. Make final cleanup of all parts of the work before final acceptance. This cleanup shall 3 include removal of all construction materials and equipment, and in general leaving the 4 site in an orderly and finished appearance. 5 B. The Contractor shall also remove from the site any rock or extra soil resulting from this 6 contract and he shall restore the site to its original condition or better. 7 END OF SECTION CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 028700-1 SITE FURNISHINGS Pagel of 3 1 SECTION 02 87 00 2 SITE FURNISHINGS 3 PART1 - GENERAL 4 1.1 DESCRIPTION 5 A. Furnish and supply all labor, equipment,materials and incidentals necessary to 6 assemble,install and otherwise construct park equipment as listed under products. 7 1.2 RELATED WORK 8 A. Section 03300-Cast-in-Place Concrete. 9 B. Section 07920-Caulking and Sealants 10 1.3 QUALITY ASSURANCE 11 A. All equipment shall be free of sharp edges and corners,or extremely rough surfaces. 12 B. All materials shall be new and conform to all standards per specified product or 13 approved equal(see Division I—Section 01640/Substitutions And Product Options 14 C. The bidder shall be responsible for defects in equipment due to faulty materials or 15 manufacturing,damage or loss. 16 D. Metal shall be straight or at design radii or bends,without kinks,and shall be true to 17 shape. 18 E. Codes and Standards: All"accessible"site furnishings shall comply with the current 19 Texas Accessibility Standards(TAS)of the Architectural Barriers Act,Article 9102, 20 Texas Civil Statutes(512)453-3211. 21 1.4 PRODUCT DELIVERY, STORAGE AND HANDLING 22 A. Protect from inclement weather:wet,damp,extreme heat or cold. 23 B. Store in a manner to prevent warpage and/or bowing. 24 1.5 JOB CONDITIONS 25 A. The contractor shall be responsible for protection of unfinished work and shall be 26 responsible for the safety of park users utilizing unfinished equipment. 27 PART 2- PRODUCTS 28 2.1 LITTER RECEPTACLE 29 Ultra Site 30 PR-55 31 Ultra Site 32 Fred Morse 33 (469)330-6624 Y CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028700-2 SITE FURNISHINGS Page 2 of 3 1 2.2 BENCH—8' 2 Belson Outdoors 3 Concrete Bench Model TF5037 4 Belson Outdoors 5 (800)323-5664 6 2.3 CONCRETE PLINTH 7 Belson Outdoors 8 Concrete Bench Model TF5037 9 Belson Outdoors 10 (800)323-5664 11 12 2.4 6' PICNIC TABLE 13 Ultra Site 14 238-P6 Top and Painted Frame 15 Ultra Site 16 Fred Morse 17 (469)330-6624 18 2.5 8'ADA PICNIC TABLE 19 Ultra Site 20 238-HS-P8 Top and Painted Frame (single sided) 21 Ultra Site 22 Fred Morse 23 (469)330-6624 24 25 2.6 REMOVABLE BOLLARD 26 Reliance Foundry 27 Model No.7901 28 Reliance Foundry 29 (604)592-4333 30 31 2.7 PLAYGROUND EQUIPMENT 32 Playworld 33 Playweb Lite 34 Playworld 35 Model ZZXX0019 36 Mike Howeron 37 (214)557-2392 38 39 2.8 BALL TOSS EQUIPMENT 40 Playworld 41 Toss Up 42 Playworld 43 Model ZZXX1050 44 Mike Howeron 45 (214)557-2392 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 028700-3 SITE FURNISHINGS Page 3 of 3 1 2 PART 3 - EXECUTION 3 3.1 INSTALLATION 4 A. Fasteners:All nuts and bolts shall be upset and tack welded to prevent disassembly. 5 B. Manufacturer's Installation Instructions: The Contractor shall follow the manufacturer's 6 installation instructions and give the Landscape Architect the instructions for filing, 7 unless otherwise stated. Set benches and picnic tables level. 8 END OF SECTION 4 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 03 30 00-1 CAST-IN-PLACE CONCRETE Pagel of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE z 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete,including formwork,reinforcement, concrete materials, 7 mixture design,placement procedures and finishes, for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Foundation walls 12 e. Retaining walls(non TxDOT) 13 £ Suspended slabs 14 g. Blocking 15 h. Cast-in-place manholes 16 i. Concrete vaults for meters and valves 17 j. Concrete encasement of utility lines 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Cast-in-Place Concrete 25 1. Measurement 26 a. This Item is considered subsidiary to the structure or Items being placed. 27 2. Payment 28 a. The work performed and the materials furnished in accordance with this Item 29 are subsidiary to the structure or Items being placed and no other compensation 30 will be allowed. 31 1.3 REFERENCES 32 A. Definitions 33 1. Cementitious Materials 34 a. Portland cement alone or in combination with 1 or more of the following: 35 1) Blended hydraulic cement 36 2) Fly ash 37 3) Other pozzolans 38 4) Ground granulated blast-furnace slag CITY OF FORT WORTH Mosier Valley Palk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 { 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 5) Silica fume 2 b. Subject to compliance with the requirements of this specification 3 B. Reference Standards 4 1. Reference standards cited in this Specification refer to the current reference 5 standard published at the time of the latest revision date logged at the end of this 6 Specification,unless a date is specifically cited. 7 2. American Association of State Highway and Transportation(AASHTO): 8 a. M182,Burlap Cloth Made from Jute or Kenaf. 9 3. American Concrete Institute(ACI): 10 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 11 b. ACI 301 Specifications for Structural Concrete 12 c. ACI 305.1 Specification for Hot Weather Concreting 13 d. ACI 306.1 Standard Specification for Cold Weather Concreting 14 e. ACI 308.1 Standard Specification for Curing Concrete 15 f. ACI 318 Building Code Requirements for Structural Concrete 16 g. ACI 347 Guide to Formwork for Concrete 17 4. American Institute of Steel Construction(AISC): 18 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 19 5. ASTM International(ASTM): 20 a. A36, Standard Specification for Carbon Structural Steel. 21 b. A153, Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 22 Hardware. 23 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 24 Materials for High-Temperature Service and Other Special Purpose 25 Applications. 26 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 27 Concrete Reinforcement. 28 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 29 Concrete Reinforcement. 30 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 31 Field. 32 g. C33, Standard Specification for Concrete Aggregates. 33 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 34 Specimens. 35 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 36 Beams of Concrete. 37 j. C94, Standard Specification for Ready-Mixed Concrete. 38 k. C109, Standard Test Method for Compressive Strength of Hydraulic Cement 39 Mortars(Using 2-inch or {50-milimeter] Cube Specimens) 40 1. C143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 41 in. C171, Standard Specification for Sheet Materials for Curing Concrete. 42 n. C 150, Standard Specification for Portland Cement. 43 o. C172, Standard Practice for Sampling Freshly Mixed Concrete. 44 p. C219, Standard Terminology Relating to Hydraulic Cement. 45 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 46 Pressure Method. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 2 s. C309, Standard Specification for Liquid Membrane-Forming Compounds for 3 Curing Concrete. 4 t. C494, Standard Specification for Chemical Admixtures for Concrete. 5 u. C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural 6 Pozzolan for Use in Concrete. 7 v. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 8 Concrete. 9 w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for 10 Use in Concrete and Mortars. 11 x. CIO 17, Standard Specification for Chemical Admixtures for Use in Producing 12 Flowing Concrete. 13 y. C1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 14 Concrete. 15 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 16 Cement Concrete. 17 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 18 bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor 19 Levelness Numbers. 20 cc. F436, Standard Specification for Hardened Steel Washers. 21 6. American Welding Society(AWS). 22 a. D1.1, Structural Welding Code- Steel. 23 b. DIA, Structural Welding Code-Reinforcing Steel. 24 7. Concrete Reinforcing Steel Institute(CRSI) 25 a. Manual of Standard Practice 26 8. Texas Department of Transportation 27 a. Standard Specification for Construction and Maintenance of Highways, Streets 28 and Bridges 29 1.4 ADMINISTRATIVE REQUIREMENTS 30 A. Work Included 31 1. Design,fabrication, erection and stripping of formwork for cast-in-place concrete 32 including shoring,reshoring,falsework,bracing,proprietary forming systems, 33 prefabricated forms,void forms,permanent metal forms,bulkheads,keys, 34 blockouts, sleeves,pockets and accessories. 35 a. Erection shall include installation in formwork of items furnished by other 36 trades. 37 2. Furnish all labor and materials required to fabricate, deliver and install 38 reinforcement and embedded metal assemblies for cast-in-place concrete, including 39 steel bars,welded steel wire fabric,ties, supports and sleeves. 40 3. Furnish all labor and materials required to perform the following: 41 a. Cast-in-place concrete 42 b. Concrete mix designs 43 c. Grouting CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.5 SUBMITTALS 2 A. Submittals shall be in accordance with Section 0133 00. 3 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 4 specials. 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 6 A. Product Data 7 1. Required for each type of product indicated 8 B. Design Mixtures 9 1. For each concrete mixture submit proposed mix designs in accordance with ACI 10 318,chapter 5. 11 2. Submit each proposed mix design with a record of past performance. 12 3. Submit alternate design mixtures when characteristics of materials,Project 13 conditions,weather,test results or other circumstances warrant adjustments. 14 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 15 a. Include this quantity on delivery ticket. 16 C. Steel Reinforcement Submittals for Information 17 1. Mill test certificates of supplied concrete reinforcing, indicating physical and 18 chemical analysis. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE 22 A. Manufacturer Qualifications 23 1. A firm experienced in manufacturing ready-mixed concrete products and that 24 complies with ASTM C94 requirements for production facilities and equipment 25 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 26 Concrete Production Facilities" 27 B. Source Limitations 28 1. Obtain each type or class of cementitious material of the same brand from the same 29 manufacturer's plant,obtain aggregate from 1 source and obtain admixtures through 30 1 source from a single manufacturer. 31 C. ACI Publications 32 1. Comply with the following unless modified by requirements in the Contract 33 Documents: 34 a. ACI 301 Sections 1 through 5 35 b. ACI 117 36 D. Concrete Testing Service 37 1. Engage a qualified independent testing agency to perform material evaluation tests. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 1.10 DELIVERY,STORAGE,AND HANDLING 2 A. Steel Reinforcement 3 1. Deliver, store,and handle steel reinforcement to prevent bending and damage. 4 2. Avoid damaging coatings on steel reinforcement. 5 B. Waterstops 6 1. Store waterstops under cover to protect from moisture, sunlight,dirt,oil and other 7 contaminants. 8 1.11 FIELD CONDITIONS [NOT USED] 9 1.12 WARRANTY [NOT USED] 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 12 2.2 PRODUCT TYPES AND MATERIALS 13 A. Manufacturers 14 1. In other Part 2 articles where titles below introduce lists,the following requirements 15 apply to product selection: 16 a. Available Products: Subject to compliance with requirements,products that 17 may be incorporated into the Work include,but are not limited to,products 18 specified. 19 b. Available Manufacturers: Subject to compliance with requirements, 20 manufacturers offering products that may be incorporated into the Work 21 include,but are not limited to,manufacturers specified. 22 B. Form-Facing Materials 23 1. Rough-Formed Finished Concrete 24 a. Plywood,lumber,metal or another approved material 25 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 26 2. Chamfer Strips 27 a. Wood,metal,PVC or rubber strips 28 b. 3/4-inch x 3/4-inch,minimum 29 3. Rustication Strips 30 a. Wood,metal,PVC or rubber strips 31 b. Kerfed for ease of form removal 32 4. Form-Release Agent 33 a. Commercially formulated form-release agent that will not bond with, stain or 34 adversely affect concrete surfaces 35 b. Shall not impair subsequent treatments of concrete surfaces 36 c. For steel form-facing materials,formulate with rust inhibitor. 37 5. Form Ties CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 2 plastic form ties designed to resist lateral pressure of fresh concrete on forms 3 and to prevent spalling of concrete on removal. 4 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 5 of exposed concrete surface. 6 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 7 diameter in concrete surface. 8 d. Furnish ties with integral water-barrier plates to walls indicated to receive 9 dampproofing or waterproofing. 10 C. Steel Reinforcement 11 1. Reinforcing Bars 12 a. ASTM A615,Grade 60,deformed 13 D. Reinforcement Accessories 14 1. Smooth Dowel Bars 15 a. ASTM A615,Grade 60, steel bars(smooth) 16 b. Cut bars true to length with ends square and free of burrs. 17 2. Bar Supports 18 a. Bolsters,chairs, spacers and other devices for spacing, supporting and fastening 19 reinforcing bars and welded wire reinforcement in place 20 b. Manufacture bar supports from steel wire,plastic or precast concrete according 21 to CRSI's "Manual of Standard Practice," of greater compressive strength than 22 concrete and as follows: 23 1) For concrete surfaces exposed to view where legs of wire bar supports 24 contact forms,use CRSI Class 1 plastic-protected steel wire or CRSI 25 Class 2 stainless-steel bar supports. 26 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 27 concrete blocks on bottom where base material will not support chair legs 28 or where vapor barrier has been specified. 29 E. Embedded Metal Assemblies 30 1. Steel Shapes and Plates: ASTM A36 31 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 32 Stud Welding Division or approved equal 33 F. Expansion Anchors 34 1. Available Products 35 a. Wej-it Bolt,Wej-it Corporation,Tulsa,Oklahoma 36 b. Kwik Bolt II,Hilti Fastening Systems,Tulsa,Oklahoma 37 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 38 G. Adhesive Anchors and Dowels 39 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 40 into hardened concrete or grout-filled masonry. 41 a. The adhesive system shall use a 2-component adhesive mix and shall be 42 injected with a static mixing nozzle following manufacturer's instructions. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 b. The embedment depth of the rod shall provide a minimum allowable bond 2 strength that is equal to the allowable yield capacity of the rod,unless otherwise 3 specified. 4 2. Available Products 5 a. Hilti HIT HY 150 Max 6 b. Simpson Acrylic-Tie 7 c. Powers Fasteners AC 100+Gold 8 3. Threaded Rods: ASTM A193 9 a. Nuts: ASTM A563 hex carbon steel 10 b. Washers: ASTM F436 hardened carbon steel 11 c. Finish: Hot-dip zinc coating,ASTM A153,Class C 12 H. Inserts 13 1. Provide metal inserts required for anchorage of materials or equipment to concrete 14 construction where not supplied by other trades: 15 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 16 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 17 washers. 18 1) Provide 3/4-inch bolt size,unless otherwise indicated. 19 b. In horizontal concrete surfaces and whenever inserts are subject to tension 20 forces,provide threaded inserts of malleable cast iron furnished with full depth 21 bolts. 22 1) Provide 3/4-inch bolt size,unless otherwise indicated. 23 1. Concrete Materials 24 1. Cementitious Material 25 a. Use the following cementitious materials,of the same type,brand, and source, 26 throughout Project: 27 1) Portland Cement 28 a) ASTM C150, Type I/II,gray 29 b) Supplement with the following: 30 (1) Fly Ash 31 (a) ASTM C618,Class C or F 32 (2) Ground Granulated Blast-Furnace Slag 33 (a) ASTM C989,Grade 100 or 120. 34 2) Silica Fume 35 a) ASTM C1240,amorphous silica 36 3) Normal-Weight Aggregates 37 a) ASTM C33,Class 3S coarse aggregate or better, graded 38 b) Provide aggregates from a single source. 39 4) Maximum Coarse-Aggregate Size 40 a) 3/4-inch nominal 41 5) Fine Aggregate 42 a) Free of materials with deleterious reactivity to alkali in cement 43 6) Water 44 a) ASTM C94 and potable 45 J. Admixtures CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 1. Air-Entraining Admixture 2 a. ASTM C260 3 2. Chemical Admixtures 4 a. Provide admixtures certified by manufacturer to be compatible with other 5 admixtures and that will not contribute water-soluble chloride ions exceeding 6 those permitted in hardened concrete. 7 b. Do not use calcium chloride or admixtures containing calcium chloride. 8 c. Water-Reducing Admixture 9 1) ASTM C494,Type A 10 d. Retarding Admixture 11 1) ASTM C494,Type B 12 e. Water-Reducing and Retarding Admixture 13 1) ASTM C494,Type D 14 f. High-Range,Water-Reducing Admixture 15 1) ASTM C494,Type F 16 g. High-Range,Water-Reducing and Retarding Admixture 17 1) ASTM C494,Type G 18 h. Plasticizing and Retarding Admixture 19 1) ASTM C1017,Type II 20 K. Waterstops 21 1. Self-Expanding Butyl Strip Waterstops 22 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 23 bentonite or other hydrophilic polymers,for adhesive bonding to concrete,%- 24 inch x 1-inch. 25 b. Available Products 26 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 27 2) Concrete Sealants Inc.;Conseal CS-231 28 3) Greenstreak; Swellstop 29 4) Henry Company, Sealants Division;Hydro-Flex 30 5) JP Specialties,Inc.;Earthshield Type 20 31 6) Progress Unlimited,Inc.; Superstop 32 7) TCMiraDRI;Mirastop 33 L. Curing Materials 34 1. Absorptive Cover 35 a. AASHTO M182,Class 2,burlap cloth made from jute or kenaf,weighing 36 approximately 9 ounces/square yard when dry 37 2. Moisture-Retaining Cover 38 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 39 3. Water 40 a. Potable 41 4. Clear,Waterborne,Membrane-Forming Curing Compound 42 a. ASTM C309,Type 1, Class B,dissipating 43 b. Available Products 44 1) Anti-Hydro International,Inc.;AH Curing Compound#2 DR WB 45 2) Burke by Edoco;Aqua Resin Cure CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 3) ChemMasters; Safe-Cure Clear 2 4) Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior 3 Company;W.B. Resin Cure 4 5) Dayton Superior Corporation;Day Chem Rez Cure(J-11-W) 5 6) Euclid Chemical Company(The);Kurez DR VOX 6 7) Kaufman Products,Inc.; Thinfilm 420 7 8) Lambert Corporation;Aqua Kure-Clear 8 9) L&M Construction Chemicals,Inc.;L&M Cure R 9 10) Meadows,W. R.,Inc.; 1100 Clear 10 11) Nox-Crete Products Group,Kinsman Corporation;Resin Cure E 11 12) Symons Corporation, a Dayton Superior Company;Resi-Chem Clear Cure 12 13) Tamms Industries,Inc.;Horncure WB 30 13 14) Unitex;Hydro Cure 309 14 15) US Mix Products Company;US Spec Maxcure Resin Clear 15 16) Vexcon Chemicals,Inc.; Certi-Vex Enviocure 100 16 M. Related Materials 17 1. Bonding Agent 18 a. ASTM C1059,Type II,non-redispersible, acrylic emulsion or styrene 19 butadiene 20 2. Epoxy Bonding Adhesive 21 a. ASTM C881,2-component epoxy resin,capable of humid curing and bonding 22 to damp surfaces, of class suitable for application temperature and of grade to 23 suit requirements,and as follows: 24 1) Types I and 11,non-load bearing 25 2) IV and V,load bearing, for bonding 26 3) Hardened or freshly mixed concrete to hardened concrete 27 3. Reglets 28 a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet 29 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 30 or debris. 31 4. Sleeves and Blockouts 32 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe, fiber 33 tubes or wood 34 5. Nails, Spikes,Lag Bolts,Through Bolts,Anchorages 35 a. Sized as required 36 b. Shall be of strength and character to maintain formwork in place while placing 37 concrete 38 N. Repair Materials 39 1. Repair Underlayment 40 a. Cement-based,polymer-modified, self-leveling product that can be applied in 41 thicknesses of 1/8 inch or greater 42 1) Do not feather. 43 b. Cement Binder 44 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 45 defined in ASTM C219 i CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 c. Primer 2 1) Product of underlayment manufacturer recommended for substrate, 3 conditions,and application 4 d. Aggregate 5 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 6 recommended by underlayment manufacturer 7 e. Compressive Strength 8 1) Not less than 4100 psi at 28 days when tested according to 9 ASTM C109/C109M 10 2. Repair Overlayment 11 a. Cement-based,polymer-modified, self-leveling product that can be applied in 12 thicknesses of 1/8 inch or greater 13 1) Do not feather. 14 b. Cement Binder 15 1) ASTM C150,Portland cement or hydraulic or blended hydraulic cement as 16 defined in ASTM C219 17 c. Primer 18 1) Product of topping manufacturer recommended for substrate,conditions, 19 and application 20 d. Aggregate 21 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 22 recommended by topping manufacturer 23 e. Compressive Strength 24 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 25 O. Concrete Mixtures, General 26 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 27 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 28 a. Required average strength above specified strength 29 1) Based on a record of past performance 30 a) Determination of required average strength above specified strength 31 shall be based on the standard deviation record of the results of at least 32 30 consecutive strength tests in accordance with ACI 318, Chapter 5.3 33 by the larger amount defined by formulas 5-1 and 5-2. 34 2) Based on laboratory trial mixtures 35 a) Proportions shall be selected on the basis of laboratory trial batches 36 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an 37 average strength greater than the specified strength f by the amount 38 defined in table 5.3.2.2. 39 3) Proportions of ingredients for concrete mixes shall be determined by an 40 independent testing laboratory or qualified concrete supplier. 41 4) For each proposed mixture,at least 3 compressive test cylinders shall be 42 made and tested for strength at the specified age. 43 a) Additional cylinders may be made for testing for information at earlier 44 ages. 45 2. Cementitious Materials CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 033000-11 CAST-IN-PLACE CONCRETE Page I 1 of 25 1 a. Limit percentage,by weight,of cementitious materials other than portland 2 cement in concrete as follows,unless specified otherwise: 3 1) Fly Ash: 25 percent 4 2) Combined Fly Ash and Pozzolan: 25 percent 5 3) Ground Granulated Blast-Furnace Slag: 50 percent 6 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 7 Slag: 50 percent 8 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 9 percent 10 6) Silica Fume: 10 percent 11 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 12 pozzolans not exceeding 25 percent and silica fume not exceeding 10 13 percent 14 8) Combined Fly Ash or Pozzolans,Ground Granulated Blast-Furnace Slag, 15 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 16 percent and silica fume not exceeding 10 percent 17 3. Limit water-soluble,chloride-ion content in hardened concrete to: 18 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 19 (typical) 20 b. 0.15 percent by weight if concrete will be exposed to chlorides 21 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 22 continually dry and protected. 23 4. Admixtures 24 a. Use admixtures according to manufacturer's written instructions. 25 b. Do not use admixtures which have not been incorporated and tested in accepted 26 mixes. 27 c. Use water-reducing high-range water-reducing or plasticizing admixture in 28 concrete,as required, for placement and workability. 29 d. Use water-reducing and retarding admixture when required by high 30 temperatures,low humidity or other adverse placement conditions. 31 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use 32 industrial slabs and parking structure slabs,concrete required to be watertight, 33 and concrete with a water-cementitious materials ratio below 0.50. 34 £ Use corrosion-inhibiting admixture in concrete mixtures where indicated. 35 P. Concrete Mixtures 36 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 37 Highways, Streets,and Bridges"for: 38 a. Culverts 39 b. Headwalls 40 c. Wingwalls 41 2. Proportion normal-weight concrete mixture as follows: 42 a. Minimum Compressive Strength: 3,000 psi at 28 days 43 b. Maximum Water-Cementitious Materials Ratio: 0.50 44 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 45 inches before adding high-range water-reducing admixture or plasticizing 46 admixture,plus or minus 1 inch CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-12 CAST-fN-PLACE CONCRETE Page 12 of 25 1 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 2 inch nominal maximum aggregate size 3 Q. Fabricating Reinforcement 4 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 5 R. Fabrication of Embedded Metal Assemblies 6 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or 7 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 8 accordance with AWS D1.1. 9 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 10 All other metal assemblies shall be either hot dip galvanized or painted with an 11 epoxy paint.Repair galvanizing after welding with a Cold Galvanizing compound 12 installed in accordance with the manufacturer's instructions.Repair painted 13 assemblies after welding with same type of paint. 14 S. Concrete Mixing 15 1. Ready-Mixed Concrete: Measure,batch,mix,and deliver concrete according to 16 ASTM C94,and furnish batch ticket information. 17 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 18 and delivery time from 1-1/2 hours to 75 minutes;when air temperature is 19 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. 20 2. Project-Site Mixing: Measure,batch,and mix concrete materials and concrete 21 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 22 batch machine mixer. 23 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 24 minutes,but not more than 5 minutes after ingredients are in mixer,before any 25 part of batch is released. 26 b. For mixer capacity larger than 1 cubic yard,increase mixing time by 15 27 seconds for each additional 1 cubic yard. 28 c. Provide batch ticket for each batch discharged and used in the Work,indicating 29 Project identification name and number, date,mixture type,mixture time, 30 quantity,and amount of water added. Record approximate location of final 31 deposit in structure. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cio,No.2306 Revised December 20,2012 033000-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Formwork 9 1. Design,erect, shore,brace,and maintain formwork, according to ACI 301,to 10 support vertical, lateral, static,and dynamic loads,and construction loads that might 11 be applied,until structure can support such loads. 12 2. Construct formwork so concrete members and structures are of size, shape, 13 alignment,elevation,and position indicated,within tolerance limits of ACI 117. 14 a. Vertical alignment 15 1) Lines,surfaces and arises less than 100 feet in height- 1 inch. 16 2) Outside corner of exposed corner columns and control joints in concrete 17 exposed to view less than 100 feet in height- 1/2 inch. 18 3) Lines, surfaces and arises greater than 100 feet in height- 1/1000 times the 19 height but not more than 6 inches. 20 4) Outside corner of exposed corner columns and control joints in concrete 21 exposed to view greater than 100 feet in height- 1/2000 times the height 22 but not more than 3 inches. 23 b. Lateral alignment 24 1) Members- I inch. 25 2) Centerline of openings 12 inches or smaller and edge location of larger 26 openings in slabs- 1/2 inch. 27 3) Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 28 c. Level alignment 29 1) Elevation of slabs-on-grade-3/4 inch. 30 2) Elevation of top surfaces of formed slabs before removal of shores -3/4 31 inch. 32 3) Elevation of formed surfaces before removal of shores-3/4 inch. 33 d. Cross-sectional dimensions: Overall dimensions of beams,joists, and columns 34 and thickness of walls and slabs. 35 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 36 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 37 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 38 e. Relative alignment 39 1) Stairs 40 a) Difference in height between adjacent risers- 1/8 inch. 41 b) Difference in width between adjacent treads- 1/4 inch. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 c) Maximum difference in height between risers in a flight of stairs-3/8 2 inch. 3 d) Maximum difference in width between treads in a flight of stairs-3/8 4 inch. 5 2) Grooves 6 a) Specified width 2 inches or less- 1/8 inch. 7 b) Specified width between 2 inches and 12 inches - 1/4 inch. 8 3) Vertical alignment of outside corner of exposed corner columns and control 9 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 10 4) All other conditions-3/8 inch in 10 feet. 11 3. Limit concrete surface irregularities,designated by ACI 347R as abrupt or gradual, 12 as follows: 13 a. Class B, 1/4 inch for smooth-formed finished surfaces. 14 b. Class C, 1/2 inch for rough-formed finished surfaces. 15 4. Construct forms tight enough to prevent loss of concrete mortar. 16 5. Fabricate forms for easy removal without hammering or prying against concrete 17 surfaces. Provide crush or wrecking plates where stripping may damage cast 18 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 19 horizontal to 1 vertical. 20 a. Install keyways,reglets,recesses, and the like,for easy removal. 21 b. Do not use rust-stained steel form-facing material. 22 6. Set edge forms,bulkheads, and intermediate screed strips for slabs to achieve 23 required elevations and slopes in finished concrete surfaces. Provide and secure 24 units to support screed strips;use strike-off templates or compacting-type screeds. 25 7. Construct formwork to cambers shown or specified on the Drawings to allow for 26 structural deflection of the hardened concrete. Provide additional elevation or 27 camber in formwork as required for anticipated formwork deflections due to weight 28 and pressures of concrete and construction loads. 29 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 30 caps,walls,and columns straight and to the lines and grades specified. Do no earth 31 form foundation elements unless specifically indicated on the Drawings. 32 9. Provide temporary openings for cleanouts and inspection ports where interior area 33 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 34 securely braced to prevent loss of concrete mortar. Locate temporary openings in 35 forms at inconspicuous locations. 36 10. Chamfer exterior corners and edges of permanently exposed concrete. 37 11. Form openings, chases,offsets,sinkages,keyways,reglets,blocking,screeds,and 38 bulkheads required in the Work. Determine sizes and locations from trades 39 providing such items. 40 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 41 sawdust,dirt,and other debris just before placing concrete. 42 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 43 leaks and maintain proper alignment. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 2 written instructions,before placing reinforcement,anchoring devices,and 3 embedded items. 4 a. Do not apply form release agent where concrete surfaces are scheduled to 5 receive subsequent finishes which may be affected by agent. Soak contact 6 surfaces of untreated forms with clean water. Keep surfaces wet prior to 7 placing concrete. 8 B. Embedded Items 9 1. Place and secure anchorage devices and other embedded items required for 10 adjoining work that is attached to or supported by cast-in-place concrete. Use 11 setting drawings,templates, diagrams, instructions, and directions furnished with 12 items to be embedded. 13 a. Install anchor rods,accurately located,to elevations required and complying 14 with tolerances in AISC 303, Section 7.5. 15 1) Spacing within a bolt group: 1/8 inch 16 2) Location of bolt group(center): '/2 inch 17 3) Rotation of bolt group: 5 degrees 18 4) Angle off vertical: 5 degrees 19 5) Bolt projection: f 3/8 inch 20 b. Install reglets to receive waterproofing and to receive through-wall flashings in 21 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 22 shelf angles, and other conditions. 23 C. Removing and Reusing Forms 24 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 25 compressive strength. 26 2. General: Formwork for sides of beams,walls, columns,and similar parts of the 27 Work that does not support weight of concrete may be removed after cumulatively 28 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete,if 29 concrete is hard enough to not be damaged by form-removal operations and curing 30 and protection operations are maintained. 31 a. Leave formwork for beam soffits,joists, slabs,and other structural elements 32 that supports weight of concrete in place until concrete has achieved at least 70 33 percent of its 28-day design compressive strength. 34 b. Do not remove formwork supporting conventionally reinforced concrete until 35 concrete has attained 70 percent of its specified 28 day compressive strength as 36 established by tests of field cured cylinders. In the absence of cylinder tests, 37 supporting formwork shall remain in place until the concrete has cured at a 38 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 39 periods given in ACI 347,Section 3.7.2.3. Add the period of time when the 40 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 41 listed time period. Formwork for 2-way conventionally reinforced slabs shall 42 remain in place for at least the minimum cumulative time periods specified for 43 1-way slabs of the same maximum span. 44 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 45 removal. Reshores shall remain until the concrete has attained the specified 28 46 day compressive strength. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 d. Minimum cumulative curing times may be reduced by the use of high-early 2 strength cement or forming systems which allow form removal without 3 disturbing shores,but only after the Contractor has demonstrated to the 4, satisfaction of the Engineer that the early removal of forms will not cause 5 excessive sag,distortion or damage to the concrete elements. 6 e. Completely remove wood forms. Provide temporary openings if required. 7 f. Provide adequate methods of curing and thermal protection of exposed concrete 8 if forms are removed prior to completion of specified curing time. 9 g. Reshore areas required to support construction loads in excess of 20 pounds per 10 square foot to properly distribute construction loading. Construction loads up 11 to the rated live load capacity may be placed on unshored construction provided 12 the concrete has attained the specified 28 day compressive strength. 13 h. Obtaining concrete compressive strength tests for the purposes of form removal 14 is the responsibility of the Contractor. 15 i. Remove forms only if shores have been arranged to permit removal of forms 16 without loosening or disturbing shores. 17 3. Clean and repair surfaces of forms to be reused in the Work. Split,frayed, 18 delaminated,or otherwise damaged form-facing material will not be acceptable for 19 exposed surfaces. Apply new form-release agent. 20 4. When forms are reused,clean surfaces,remove fins and laitance, and tighten to 21 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 22 exposed concrete surfaces unless approved by Engineer. 23 D. Shores and Reshores 24 1. The Contractor is solely responsible for proper shoring and reshoring. 25 2. Comply with ACI 318 and ACI 301 for design,installation,and removal of shoring 26 and reshoring. 27 a. Do not remove shoring or reshoring until measurement of slab tolerances is 28 complete. 29 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 30 Locate and provide adequate reshoring to support construction without excessive 31 stress or deflection. 32 E. Steel Reinforcement 33 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 34 reinforcement. 35 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 36 before placing concrete. 37 2. Clean reinforcement of loose rust and mill scale, earth,ice, and other foreign 38 materials that would reduce bond to concrete. 39 3. Accurately position, support,and secure reinforcement against displacement. 40 Locate and support reinforcement with bar supports to maintain minimum concrete 41 cover. Do not tack weld crossing reinforcing bars. 42 a. Weld reinforcing bars according to AWS D1.4,where indicated. Only steel 43 conforming to ASTM A706 may be welded. 44 4. Installation tolerances 45 a. Top and bottom bars in slabs,girders,beams and joists: CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 1) Members 8 inches deep or less:f3/8 inch 2 2) Members more than 8 inches deep:±1/2 inch 3 b. Concrete Cover to Formed or Finished Surfaces:±3/8 inches for members 8 4 inches deep or less;±1/2 inches for members over 8 inches deep,except that 5 tolerance for cover shall not exceed 1/3 of the specified cover. 6 5. Concrete Cover 7 a. Reinforcing in structural elements deposited against the ground: 3 inches 8 b. Reinforcing in formed beams,columns and girders: 1-1/2 inches 9 c. Grade beams and exterior face of formed walls and columns exposed to 10 weather or in contact with theground: 2 inches 11 d. Interior faces of walls: 1 inches 12 e. Slabs: 3/4 inches 13 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply 14 with ACI 318 for minimum lap of spliced bars where not specified on the 15 documents. Do not lap splice no. 14 and 18 bars. 16 7. Field Welding of Embedded Metal Assemblies 17 a. Remove all paint and galvanizing in areas to receive field welds. 18 b. Field Prepare all areas where paint or galvanizing has been removed with the 19 specified paint or cold galvanizing compound,respectively. 20 F. Joints 21 1. General: Construct joints true to line with faces perpendicular to surface plane of 22 concrete. 23 2. Construction Joints: Install so strength and appearance of concrete are not 24 impaired,at locations indicated or as approved by Engineer. 25 a. Place joints perpendicular to main reinforcement. Continue reinforcement 26 across construction joints,unless otherwise indicated. Do not continue 27 reinforcement through sides of strip placements of floors and slabs. 28 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 29 c. Locate joints for beams, slabs,joists, and girders in the middle third of spans. 30 Offset joints in girders a minimum distance of twice the beam width from a 31 beam-girder intersection. 32 d. Locate horizontal joints in walls and columns at underside of floors, slabs, 33 beams,and girders and at the top of footings or floor slabs. 34 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 35 with walls,near corners, and in concealed locations where possible. 36 f. Use a bonding agent at locations where fresh concrete is placed against 37 hardened or partially hardened concrete surfaces. 38 3. Doweled Joints: Install dowel bars and support assemblies at joints where 39 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 40 bonding to 1 side of joint. 41 G. Waterstops 42 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 43 form a continuous diaphragm. Install in longest lengths practicable. Supportand 44 protect exposed waterstops during progress of the Work. Field fabricate joints in 45 waterstops according to manufacturer's written instructions. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-18 CAST-fN-PLACE CONCRETE Page 18 of 25 1 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 2 locations indicated,according to manufacturer's written instructions,adhesive 3 bonding,mechanically fastening,and firmly pressing into place. Install in longest 4 lengths practicable. 5 H. Adhesive Anchors 6 1. Comply with the manufacturer's installation instructions on the hole diameter and 7 depth required to fully develop the tensile strength of the adhesive anchor or 8 reinforcing bar. 9 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 10 loose material from the hole,prior to installing adhesive material. 11 I. Concrete Placement 12 1. Before placing concrete,verify that installation of formwork,reinforcement, and 13 embedded items is complete and that required inspections have been performed. 14 2. Do not add water to concrete during delivery, at Project site,or during placement 15 unless approved by Engineer. 16 3. Before test sampling and placing concrete,water may be added at Project site, 17 subject to limitations of ACI 301. 18 a. Do not add water to concrete after adding high-range water-reducing 19 admixtures to mixture. 20 b. Do not exceed the maximum specified water/cement ratio for the mix. 21 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 22 that no new concrete will be placed on concrete that has hardened enough to cause 23 seams or planes of weakness. If a section cannot be placed continuously,provide 24 construction joints as indicated. Deposit concrete to avoid segregation. 25 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 26 pressures, 15 feet maximum and in a manner to avoid inclined construction 27 joints. 28 b. Consolidate placed concrete with mechanical vibrating equipment according to 29 ACI 301. 30 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 31 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 32 layer and at least 6 inches into preceding layer. Do not insert vibrators into 33 lower layers of concrete that have begun to lose plasticity. At each insertion, 34 limit duration of vibration to time necessary to consolidate concrete and 35 complete embedment of reinforcement and other embedded items without 36 causing mixture constituents to segregate. 37 d. Do not permit concrete to drop freely any distance greater than 10 feet for 38 concrete containing a high range water reducing admixture(superplasticizer)or 39 5 feet for other concrete.Provide chute or tremie to place concrete where longer 40 drops are necessary. Do not place concrete into excavations with standing 41 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 42 with its outlet near the bottom of the place of deposit. 43 e. Discard pump priming grout and do not use in the structure. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 2 within limits of construction joints,until placement of a panel or section is 3 complete. 4 a. Consolidate concrete during placement operations so concrete is thoroughly 5 worked around reinforcement and other embedded items and into corners. 6 b. Maintain reinforcement in position on chairs during concrete placement. 7 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 8 d. Slope surfaces uniformly to drains where required. 9 e. Begin initial floating using bull floats or darbies to form a uniform and open- 10 textured surface plane,before excess bleedwater appears on the surface. Do not 11 further disturb slab surfaces before starting finishing operations. 12 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 13 concrete work from physical damage or reduced strength that could be caused by 14 frost, freezing actions,or low temperatures. 15 a. When average high and low temperature is expected to fall below 40 16 degrees Fahrenheit for 3 successive days,maintain delivered concrete mixture 17 temperature within the temperature range required by ACI 301. 18 b. Do not use frozen materials or materials containing ice or snow. Do not place 19 concrete on frozen subgrade or on subgrade containing frozen materials. 20 c. Do not use calcium chloride,salt,or other materials containing antifreeze 21 agents or chemical accelerators unless otherwise specified and approved in 22 mixture designs. 23 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: 24 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 25 placement. Chilled mixing water or chopped ice may be used to control 26 temperature,provided water equivalent of ice is calculated to total amount of 27 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 28 b. Fog-spray forms, steel reinforcement,and subgrade just before placing 29 concrete. Keep subgrade uniformly moist without standing water, soft spots, or 30 dry areas. 31 J. Finishing Formed Surfaces 32 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 33 with tie holes and defects repaired and patched. Remove fins and other projections 34 that exceed specified limits on formed-surface irregularities. 35 a. Apply to concrete surfaces not exposed to public view. 36 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 37 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 38 texture matching adjacent formed surfaces. Continue final surface treatment of 39 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 40 indicated. 41 K. Miscellaneous Concrete Items 42 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 43 indicated,after work of other trades is in place. Mix,place,and cure concrete,as 44 specified,to blend with in-place construction. Provide other miscellaneous 45 concrete filling indicated or required to complete the Work. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 2 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 3 corners,intersections, and terminations slightly rounded. 4 3. Equipment Bases and Foundations: Provide machine and equipment bases and 5 foundations as shown on Drawings. Set anchor bolts for machines and equipment 6 at correct elevations,complying with diagrams or templates from manufacturer 7 furnishing machines and equipment. 8 a. Housekeeping pads:Normal weight concrete(3000 psi),reinforced with 9 #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, 10 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 11 during pouring of concrete fill. 12 4. Protective slabs("Mud slabs"):Normal weight concrete(2500 psi minimum)with a 13 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 14 L. Concrete Protecting and Curing 15 1. General: Protect freshly placed concrete from premature drying and excessive cold 16 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 17 ACI 305.1 for hot-weather protection during curing. 18 2. Formed Surfaces: Cure formed concrete surfaces,including underside of beams, 19 supported slabs,and other similar surfaces. If forms remain during curing period, 20 moist cure after loosening forms. If removing forms before end of curing period, 21 continue curing for the remainder of the curing period. 22 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 23 unformed surfaces,including floors and slabs,concrete floor toppings, and other 24 surfaces. 25 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 26 methods: 27 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 28 with the following materials: 29 1) Water 30 2) Continuous water-fog spray 31 3) Absorptive cover,water saturated,and kept continuously wet. Cover 32 concrete surfaces and edges with 12-inch lap over adjacent absorptive 33 covers 34 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 35 retaining cover for curing concrete,placed in widest practicable width,with 36 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 37 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 38 during curing period using cover material and waterproof tape. 39 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 40 receive floor coverings. 41 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 42 receive penetrating liquid floor treatments. 43 3) Cure concrete surfaces to receive floor coverings with either a moisture- 44 retaining cover or a curing compound that the manufacturer certifies will 45 not interfere with bonding of floor covering used on Project. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 c. Curing Compound: Apply uniformly in continuous operation by power spray 2 or roller according to manufacturer's written instructions. Recoat areas 3 subjected to heavy rainfall within 3 hours after initial application. Maintain 4 continuity of coating and repair damage during curing period. 5 3.5 REPAIR 6 A. Concrete Surface Repairs 7 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 8 Remove and replace concrete that cannot be repaired and patched to Engineer's 9 approval. 10 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 11 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 12 water for handling and placing. 13 3. Repairing Formed Surfaces: Surface defects include color and texture 14 irregularities,cracks, spalls,air bubbles,honeycombs,rock pockets, fins and other 15 projections on the surface,and stains and other discolorations that cannot be 16 removed by cleaning. 17 a. Immediately after form removal,cut-out honeycombs,rock pockets,and voids 18 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 19 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 20 with water,and brush-coat holes and voids with bonding agent. Fill and 21 compact with patching mortar before bonding agent has dried. Fill form-tie 22 voids with patching mortar or cone plugs secured in place with bonding agent. 23 b. Repair defects on surfaces exposed to view by blending white portland cement 24 and standard portland cement so that,when dry,patching mortar will match 25 surrounding color. Patch a test area at inconspicuous locations to verify 26 mixture and color match before proceeding with patching. Compact mortar in 27 place and strike off slightly higher than surrounding surface. 28 c. Repair defects on concealed formed surfaces that affect concrete's durability 29 and structural performance as determined by Engineer. 30 4. Repairing Unformed Surfaces: Test unformed surfaces,such as floors and slabs, 31 for finish and verify surface tolerances specified for each surface. Correct low and 32 high areas. Test surfaces sloped to drain for trueness of slope and smoothness;use 33 a sloped template. 34 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 35 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 36 or that penetrate to reinforcement or completely through unreinforced sections 37 regardless of width,and other objectionable conditions. 38 b. After concrete has cured at least 14 days, correct high areas by grinding. 39 c. Correct localized low areas during or immediately after completing surface 40 finishing operations by cutting out low areas and replacing with patching 41 mortar. Finish repaired areas to blend into adjacent concrete. F CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 d. Repair defective areas, except random cracks and single holes 1 inch or less in 2 diameter,by cutting out and replacing with fresh concrete. Remove defective 3 areas with clean, square cuts and expose steel reinforcement with at least a 314- 4 inch clearance all around. Dampen concrete surfaces in contact with patching 5 concrete and apply bonding agent. Mix patching concrete of same materials 6 and mixture as original concrete except without coarse aggregate. Place, 7 compact,and finish to blend with adjacent finished concrete. Cure in same 8 manner as adjacent concrete. 9 e. Repair random cracks and single holes 1 inch or less in diameter with patching 10 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 11 dust,dirt, and loose particles. Dampen cleaned concrete surfaces and apply 12 bonding agent. Place patching mortar before bonding agent has dried. 13 Compact patching mortar and finish to match adjacent concrete. Keep patched 14 area continuously moist for at least 72 hours. 15 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 16 adhesive and patching mortar. 17 6. Repair materials and installation not specified above may be used, subject to 18 Engineer's approval. 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 22 inspecting agency to perform field tests and inspections and prepare test reports. 23 B. Inspections 24 1. Steel reinforcement placement 25 2. Headed bolts and studs 26 3. Verification of use of required design mixture 27 4. Concrete placement,including conveying and depositing 28 5. Curing procedures and maintenance of curing temperature 29 6. Verification of concrete strength before removal of shores and forms from beams 30 and slabs 31 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 32 according to ASTM C172 according to the following requirements: 33 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 34 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 35 each additional 50 cubic yard or fraction thereof. 36 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 37 not less than 1 test for each day's pour of each concrete mixture. Perform additional 38 tests when concrete consistency appears to change. 39 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 40 each composite sample,but not less than 1 test for each day's pour of each concrete 41 mixture. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 03 30 00-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 4. Concrete Temperature: ASTM C1064; 1 test hourly when air temperature is 40 2 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 3 test for each composite sample. 4 5. Compression Test Specimens: ASTM C31. 5 a. Cast and laboratory cure 4 cylinders for each composite sample. 6 1) Do not transport field cast cylinders until they have cured for a 7 minimum of 24 hours. 8 6. Compressive-Strength Tests: ASTM C39; 9 a. Test 1 cylinder at 7 days. 10 b. Test 2 cylinders at 28 days. 11 c. Hold 1 cylinder for testing at 56 days as needed. 12 7. When strength of field-cured cylinders is less than 85 percent of companion 13 laboratory-cured cylinders, evaluate operations and provide corrective procedures 14 for protecting and curing in-place concrete. 15 8. Strength of each concrete mixture will be satisfactory if every average of any 3 16 consecutive compressive-strength tests equals or exceeds specified compressive 17 strength and no compressive-strength test value falls below specified compressive 18 strength by more than 500 psi. 19 9. Report test results in writing to Engineer, concrete manufacturer,and Contractor 20 within 48 hours of testing. Reports of compressive-strength tests shall contain 21 Project identification name and number,date of concrete placement,name of 22 concrete testing and inspecting agency, location of concrete batch in Work,design 23 compressive strength at 28 days,concrete mixture proportions and materials, 24 compressive breaking strength, and type of break for both 7-and 28-day tests. 25 10. Additional Tests: Testing and inspecting agency shall make additional tests of 26 concrete when test results indicate that slump,-air entrainment,compressive 27 strengths,or other requirements have not been met,as directed by Engineer. 28 Testing and inspecting agency may conduct tests to determine adequacy of concrete 29 by cored cylinders complying with ASTM C42 or by other methods as directed by 30 Engineer. 31 a. When the strength level of the concrete for any portion of the structure,as 32 indicated by cylinder tests,falls below the specified requirements,provide 33 improved curing conditions and/or adjustments to the mix design as required to 34 obtain the required strength. If the average strength of the laboratory control 35 cylinders falls so low as to be deemed unacceptable, follow the core test 36 procedure set forth in ACI 301,Chapter 17. Locations of core tests shall be 37 approved by the Engineer. Core sampling and testing shall be at Contractors 38 expense. 39 b. If the results of the core tests indicate that the strength of the structure is 40 inadequate, any replacement,load testing,or strengthening as may be ordered 41 by the Engineer shall be provided by the Contractor without cost to the City. 42 11. Additional testing and inspecting,at Contractor's expense,will be performed to 43 determine compliance of replaced or additional work with specified requirements. 44 12. Correct deficiencies in the Work that test reports and inspections indicate does not 45 comply with the Contract Documents. CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 D. Measure floor and slab flatness and levelness according to ASTM El 155 within 48 2 hours of finishing. 3 E. Concrete Finish Measurement and Tolerances 4 1. All floors are subject to measurement for flatness and levelness and comply with 5 the following: 6 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 7 a 10 foot long straightedge.Apply straightedge to the slab at 3 foot intervals in 8 both directions,lapping straightedge 3 feet on areas previously checked. Low 9 spots shall not exceed the above dimension anywhere along the straightedge. 10 Flatness shall be checked the next work day after finishing. 11 b. Slabs shall be level within a tolerance of± 1/4 inch in 10 feet,not to exceed 3/4 12 inches total variation, anywhere on the floor, from elevations indicated on the 13 Drawings. Levelness shall be checked on a 10 foot grid using a level after 14 removal of forms. 15 c. Measurement Standard: All floors are subject to measurement for flatness and 16 levelness,according to ASTM E1155. 17 2. 2 Tiered Measurement Standard 18 a. Each floor test section and the overall floor area shall conform to the 2-tiered 19 measurement standard as specified herein. 20 1) Minimum Local Value: The minimum local FF/FL values represent the 21 absolute minimum surface profile that will be acceptable for any 1 test 22 sample(line of measurements)anywhere within the test area. 23 2) Specified Overall Value: The specified overall FF/FL values represent the 24 minimum values acceptable for individual floor sections as well as the floor 25 as a whole. 26 3. Floor Test Sections 27 a. A floor test section is defined as the smaller of the following areas: 28 1) The area bounded by column and/or wall lines 29 2) The area bounded by construction and/or control joint lines 30 3) Any combination of column lines and/or control joint lines 31 b. Test sample measurement lines within each test section shall be 32 multidirectional along 2 orthogonal lines, as defined by ASTM El 155,at a 33 spacing to be determined by the City's testing agency. 34 c. The precise layout of each test section shall be determined by the City's testing 35 agency. 36 4. Concrete Floor Finish Tolerance 37 a. The following values apply before removal of shores. Levelness values(FL)do 38 not apply to intentionally sloped or cambered areas,nor to slabs poured on 39 metal deck or precast concrete. 40 1) Slabs 41 Overall Value FF45/FL30 42 Minimum Local Value FF30/FL20 43 5. Floor Elevation Tolerance Envelope 44 a. The acceptable tolerance envelope for absolute elevation of any point on the 45 slab surface,with respect to the elevation shown on the Drawings,is as follows: 46 1) Slab-on-Grade Construction:±3/4 inch CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 2) Top surfaces of formed slabs measuredprior to removal of supporting 2 shores:±3/4 inch 3 3) Top surfaces of all other slabs:f 3/4 inch 4 4) Slabs specified to slope shall have a tolerance from the specified slope of 5 3/8 inch in 10 feet at any point,up to 3/4 inch from theoretical elevation at 6 any point. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING 10 A. Defective Work 11 1. Imperfect or damaged work or any material damaged or determined to be defective 12 before final completion and acceptance of the entire job shall be satisfactorily 13 replaced at the Contractor's expense, and in conformity with all of the requirements 14 of the Drawings and Specifications. 15 2. Perform removal and replacement of concrete work in such manner as not to impair 16 the appearance or strength of the structure in any way. 17 B. Cleaning 18 1. Upon completion of the work remove from the site all forms, equipment,protective 19 coverings and any rubbish resulting therefrom. 20 2. After sweeping floors,wash floors with clean water. 21 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3A.C.1—Changed 75%to 70% 28 CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 2) Top surfaces of formed slabs measured prior to removal of supporting 2 shores:±3/4 inch 3 3) Top surfaces of all other slabs:f 3/4 inch 4 4) Slabs specified to slope shall have a tolerance from the specified slope of 5 3/8 inch in 10 feet at any point,up to 3/4 inch from theoretical elevation at 6 any point. 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING 10 A. Defective Work 11 1. Imperfect or damaged work or any material damaged or determined to be defective 12 before final completion and acceptance of the entire job shall be satisfactorily 13 replaced at the Contractor's expense, and in conformity with all of the requirements 14 of the Drawings and Specifications. 15 2. Perform removal and replacement of concrete work in such manner as not to impair 16 the appearance or strength of the structure in any way. 17 B. Cleaning 18 1. Upon completion of the work remove from the site all forms,equipment,protective 19 coverings and any rubbish resulting therefrom. 20 2. After sweeping floors,wash floors with clean water. 21 3. Leave finished concrete surfaces in a clean condition, satisfactory to the City. 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NOT USED] 25 3.14 ATTACHMENTS [NOT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 2.2.0.3—Removed Blue Text/Added Descriptions for water-soluble, 12/20/2012 D.Johnson chloride-ion content 3.4.C.1—Changed 75%to 70% 28 f CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 t 05 1200-1 STRUCTURAL STEEL Page]of 5 SECTION 0512 00 STRUCTURAL STEEL PART1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor,materials, equipment,and incidentals, and install structural steel including bearing plates, columns,beams and miscellaneous shapes and plates required to erect the structural framing as shown on the Drawings and as specified herein. B. Furnish anchor bolts with templates to be installed under Division 03. Furnish and install nuts and washers for anchor bolts. 1.2 RELATED WORK A. Miscellaneous metals are included in Section 05 50 00. 1.3 SUBMITTALS A. Submit,in accordance with Section 01 33 00, shop drawings and product data including the following: 1. Erection drawings,detailed shop drawings, anchor bolt placement drawings, schedules,and data for all structural steel.Approval will be for strength only and shall not relieve the Contractor of responsibility for proper fit of members and for supplying all material required by the Contract Documents. Clearly identify the portion of the Work represented by the shop drawings, and clearly identify the placement of each piece shown on the detail drawings. Identify all welds in conformance with AWS A2.4. Mark numbers painted on the shop assembled pieces of steel shall be the same mark numbers used on the detailed shop and erection drawings. 2. Product data and installation instructions for Contractor proposed load indicator bolts or direct tension indicators. 3. Documentation of certification of the steel fabricator under the AISC Quality Certification Program. B. Samples 1. Submit two samples of Contractors'proposed load indicator bolts or direct tension indicators. C. Test Reports 1. Certified mill test reports for the structural steel and the bolting materials. 2. Certifications that welders are qualified,in accordance with AWS D1.1,on the shop and field welding procedures to be used. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00,No.2306 051200-2 STRUCTURAL STEEL Page 2 of 5 1.4 REFERENCE STANDARDS A. American Institute of Steel Construction(RISC) 1. AISC 303 -Code of Standard Practice for Steel Buildings and Bridges 2. AISC 316-Manual of Steel Construction— 13TH Edition 3. AISC 335 - Specification for Structural Steel Buildings -Allowable Stress Design and Plastic Design with Commentary,including ASD Supplement No. 1 (dated Dec 17,2001) 4. AISC 348 - Specification for Structural Joints Using ASTM A325 or ASTM A490 Bolts(prepared by the Research Council on Structural Connections) B. ASTM International 1. ASTM A36- Standard Specification for Carbon Structural Steel 2. ASTM A53 - Standard Specification for Pipe, Steel,Black and Hot-Dipped,Zinc- Coated,Welded and Seamless 3. ASTM A123 - Standard Specification for Zinc(Hot-Dipped Galvanized)Coatings on Iron and Steel Products 4. ASTM A153 -Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware 5. ASTM A325 - Standard Specification for Structural Bolts, Steel,Heat Treated, 120/105 ksi Minimum Tensile Strength 6. ASTM A500- Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 7. ASTM A588—Standard Specification for High-Strength Low-Alloy Structural Steel,up to 50 ksi Minimum Yield Point,with Atmospheric Corrosion Resistance 8. ASTM A780-Standard Practice for Repair of Damaged and Uncoated Areas of Hot-Dip Galvanized Coating 9. ASTM A992- Standard Specification for Structural Shapes 10. ASTM B695 - Standard Specification for Coatings of Zinc Mechanically Deposited on Iron and Steel 11. ASTM F1554- Standard Specification for Anchor Bolts, Steel,36, 55 and 105-ksi Yield Strength 12. ASTM F2329-Specification for Zinc Coating,Hot-Dip,Requirements for Application to Carbon and Alloy Steel Bolts, Screws,Washers,Nuts,and Special Threaded Fasteners CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 051200-3 STRUCTURAL STEEL Page 3 of 5 C. American Welding Society(AWS) 1. AWS A2.4- Standard Symbols for Welding,Brazing and Non-destructive Examination 2. AWS A5.1 - Specification for Carbon Steel Electrodes for Shielded Metal Arc Welding 3. AWS D1.1 - Structural Welding Code-Steel D. Code of Federal Regulations(CFR) 1.5 29 CFR-PART 1926 SUBPART R-STEEL ERECTION - A. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply,unless otherwise noted. 1.6 QUALITY ASSURANCE A. Structural steel shall be in accordance with the AISC Specification for Structural Steel Buildings-Allowable Stress Design and Plastic Design, including Supplement No. 1 and the Code of Standard Practice for Steel Buildings and Bridges,unless otherwise specified herein. B. Welding shall be in accordance with AWS D1.1 unless otherwise specified herein or in the AISC Specification. C. High strength bolt materials, accessories and installation shall be in accordance with the AISC Specification for Structural Joints Using ASTM A325. D. When pre-tensioning of high strength bolts is required,the Contractor shall provide a tension calibrator on site for pre-installation verification of fastener assemblies and bolt tensioning procedures. Where calibrated wrench pre-tensioning is used,each installation wrench shall be calibrated daily. 1.7 DELIVERY, STORAGE AND HANDLING A. Deliver materials promptly so as to cause no delay with other parts of the work. B. Store materials on skids and not on the ground. Pile and block materials so that they will not become bent or otherwise damaged. C. Handle materials with cranes or derricks as far as practicable.Do not dump steel off cars or trucks nor handle in any other manner likely to cause damage. PART 2 PRODUCTS 2.1 MATERIALS A. Rolled steel wide flange shapes:ASTM A588. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 05 1200-4 STRUCTURAL STEEL Page 4 of 5 B. Plates,rods,bars, and structural steel shapes other than wide flange shapes,unless otherwise noted: ASTM A588. C. Welding electrodes: AWS A5.1,E70XX. D. High strength steel bolts,nuts and washers: ASTM A325,Type 3. E. Anchor bolts:ASTM F1554,Grade 36. Provide standard headed bolts with heavy hex nuts and Grade A washers. Where galvanized anchor bolts are shown or specified, provide standard headed bolts with heavy hex nuts and Grade A washers, all galvanized in accordance with ASTM F2329. 2.2 FABRICATION A. Match-mark materials for field assembly. Ream unmatched holes in shop assembly of field connections. Reject and replace with new pieces any piece weakened by reaming to a point where the strength of the joint is impaired,at no additional cost to the Owner. B. Welding of parts shall be done only where shown on the Drawings or specified herein and by welders and welding operators qualified for the procedures used. PART 3 EXECUTION 3.1 INSTALLATION A. Furnish and install temporary bracing to provide stability during erection and to prevent distortion or damage to the framing due to wind, seismic, or erection forces.Remove temporary bracing when erection is complete. B. Use drift pins only to bring members into position and not to enlarge or distort holes. C. Make all steel to steel connections by high strength bolting. Provide not less thantwo 5/8-in bolts per connection and use not less than 1/4-in thick clip angles unless otherwise shown on the drawings. D. Tighten all bolted connections to full pretension by turn-of-nut or calibrated wrench tightening. E. Each bolting crew shall be assigned an identification mark. This mark shall be made at each completed connection with a paint stick. F. After erection and field testing of connections,prime paint abrasions and unprimed surfaces using shop primer, except surfaces designated to be unpainted or surfaces in contact with concrete. 3.2 FIELD TESTING A. Allow the Engineer free access to the work.Notify the Engineer in writing 4 working days in advance of high strength bolting operations,including pre-installation verification of high strength bolt assemblies. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 051200-5 STRUCTURAL STEEL Page 5 of 5 B. Fastener assemblies which include bolts to be pre-tensioned shall be tested on site in a tension calibrator for pre-installation verification in accordance with the AISC Specification for Structural Joints using ASTM A325. C. All high strength bolting will be inspected visually.High strength bolts to be pre- tensioned by the turn-of-nut method shall have the turned portion marked with reference to the steel being connected after the nut has been made snug and prior to final tightening. Retighten rejected bolts or remove and provide new bolts.In cases of disputed bolt installations,the bolts in question shall be checked using a calibrated wrench, at no additional cost to the Owner. D. The fact that steel work has been accepted at the shop and mill will not prevent its final rejection at the site,before or after erection, if it is found to be defective. E. Remove rejected steel work from the site within 10 working days after notification of rejection. END OF SECTION CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 055000-1 MISCELLANEOUS METAL Page I of 6 SECTION 05 50 00 MISCELLANEOUS METAL PART1 GENERAL 1.1 SCOPE OF WORK A. Furnish all labor,materials,equipment and incidentals required and install all miscellaneous metal complete as shown on the Drawings and as specified herein. 1.2 RELATED WORK A. Concrete joint accessories are included in Section 03 15 00. B. Structural steel is included in Section 05 12 00. 1.3 SUBMITTALS A. Submit, in accordance with Section 0133 00,shop drawings and product data showing materials of construction and details of installation for: 1. Shop drawings, showing sizes of members,method of assembly, anchorage and connection to other members. 1.4 REFERENCE STANDARDS A. ASTM International 1. ASTM A36- Standard Specification for Carbon Structural Steel 2. ASTM A48 - Standard Specification for Gray Iron Castings 3. ASTM A53 - Standard Specification for Pipe, Steel,Black and Hot-Dipped,Zinc- Coated,Welded and Seamless 4. ASTM A108 -Standard Specification for Steel Bars,Carbon, Cold Finished, Standard Quality 5. ASTM A123 - Standard Specification for Zinc(Hot-Dip Galvanized)Coatings on Iron and Steel Products 6. ASTM A153 - Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel Hardware 7. ASTM A240- Standard Specification for Heat-Resisting Chromium and Chromium-Nickel Stainless Plate, Sheet,and Strip Pressure Vessels 8. ASTM A276- Standard Specification for Stainless Steel Bars and Shapes 9. ASTM A307- Standard Specification for Carbon Steel Bolts and Studs,60,000 Psi Tensile Strength CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 055000-2 MISCELLANEOUS METAL Page 2 of 6 10. ASTM A325 - Standard Specification for Structural Bolts, Steel,Heat Treated, 120/105 ksi Minimum Tensile Strength 11. ASTM A500- Standard Specification for Cold-Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes 12. ASTM A501 -Standard Specification for Hot-Formed Welded and Seamless Carbon Steel Structural Tubing 13. ASTM A536- Standard Specification for Ductile Iron Castings 14. ASTM A570- Standard Specification for Steel, Sheet and Strip,Carbon,Hot- Rolled, Structural Quality 15. ASTM A588—Standard Specification for High-Strength Low-Alloy Structural Steel,up to 50 ksi Minimum Yield Point,with Atmospheric Corrosion Resistance 16. ASTM A1008 - Standard Specification for Steel, Sheet,Cold-Rolled, Carbon, Structural,High-Strength Low-Alloy,High-Strength Low-Alloy with Improved Formability, Solution Hardened,and Bake Hardenable 17. ASTM B209- Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate 18. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars,Rods,Wire,Profiles and Tubes 19. ASTM B429- Standard Specification for Aluminum-Alloy Extruded Structural Pipe and Tube 20. ASTM F1554-Standard Specification for Anchor Bolts, Steel,36, 55,and 105-ksi Yield Strength 21. ASTM F2329-Specification for Zinc Coating,Hot-Dip,Requirements for Application to Carbon Screws,Washers,Nuts, and Special Threaded Fasteners B. American Institute of Steel Construction(AISC) 1. Specification for Structural Steel Buildings—Allowable Stress Design and Plastic Design. C. American Welding Society(AWS) 1. AWS D1.1 - Structural Welding Code-Steel. 2. AWS D1.2- Structural Welding Code-Aluminum. 3. AWS D1.6- Structural Welding Code- Stainless Steel D. Federal Specifications CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 055000-3 MISCELLANEOUS METAL Page 3 of 6 1. FS-FF-B-575C-Bolts,Hexagonal and Square E. Occupational Safety and Health Administration(OSHA) F. International Conference of Building Officials(ICBO) 1. International Building Code(IBC) G. Where reference is made to one of the above standards,the revision in effect at the time of bid opening shall apply. 1.5 QUALITY ASSURANCE A. The work of this Section shall be completely coordinated with the work of other Sections. Verify,at the site,both the dimensions and work of other trades adjoining items of work in this Section before fabrication and installation of items herein specified. B. Furnish to the pertinent trades all items included under this Section that are to be built into the work of other Sections. C. All welding shall be performed by qualified welders and shall conform to the applicable AWS welding code. Welding of steel shall conform to AWS D1.1 and welding of aluminum shall conform to AWS D1.2 and welding of stainless steel shall conform to AWS D1.6. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver items to be incorporated into the work of other trades in sufficient time to be checked prior to installation. B. Store materials on skids and not on the ground and block up so that they will not become bent or otherwise damaged.Handle materials with cranes or derricks. Do not dump material off cars or trucks nor handle in any other way that will cause damage. C. Repair items that have become damage or corroded to the satisfaction of the Engineer prior to incorporating them into the work. 1.7 PROJECT/SITE REQUIREMENTS A. Field measurements shall be taken at the site,prior to fabrication of items,to verify or supplement indicated dimensions and to ensure proper fitting of all items. PART 2 PRODUCTS 2.1 GENERAL A. The use of manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 055000-4 MISCELLANEOUS METAL Page 4 of 6 B. Like items of materials shall be the end products of one manufacturer in order to provide standardization for appearance,maintenance and manufacturer's service. 2.2 MATERIALS A. Unless otherwise noted,materials for miscellaneous metals shall conform to the following standards: 1. Structural Steel Wide flange shapes:ASTM A992 or A588 as required 2. Other shapes;plates;rods and bars: ASTM A36 or A588 as required 3. Structural Steel Tubing ASTM A500,Grade B 4. Carbon Steel Bolts and Studs ASTM A307,Grade A(hot dip galvanized nuts and washers where noted) 5. High Strength Steel Bolts,Nuts and washers ASTM A325 a. General Application Type 3 6. Welding electrodes,steel AWS A5.1 E70xx 2.3 ANCHORS,BOLTS AND FASTENING DEVICES A. Unless otherwise noted, anchor bolts shall be ASTM F1554,Grade 36.Provide standard headed bolts with heavy hex nuts and Grade A washers. Where galvanized anchor bolts are shown or specified,provide standard headed bolts with heavy hex nuts and Grade A washers,all galvanized in accordance with ASTM F2329. B. Unless otherwise noted,bolts for the connection of carbon steel or iron shall be steel machine bolts;bolts for the connection of galvanized steel or iron shall be galvanized steel or stainless steel machine bolts; and bolts for the connection of aluminum or stainless steel shall be stainless steel machine bolts. C. Unless otherwise noted, expansion anchors shall be zinc plated carbon steel wedge type anchors complete with nuts and washers. Type 316 stainless steel wedge type anchors shall be used where they will be submerged or exposed to the weather or where stainless steel wedge type anchors are shown or specified.When the length or embedment of the bolt is not noted on the Drawings,provide length sufficient to place the wedge and expansion cone portion of the bolt at least 1-in behind the concrete reinforcing steel. Expansion anchors shall be Hilti,Kwik-Bolt TZ; Simpson Strong-Tie Wedge-All;Powers Power-Stud or equal. D. Adhesive anchor system,for fastening to solid concrete substrate, shall be a system manufactured for the installation of post installed studs including anchoring hardware and chemical dispenser.Injection adhesive shall be a two-component epoxy system including a hardener and a resin, furnished in pre-measured side-by-side cartridges which keep the two components separate. Side-by-side cartridges shall be designed to accept a static mixing nozzle which thoroughly blends the two components and allows injection directly into the drilled hole.Provide zinc plated carbon steel or Type 316 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 055000-5 MISCELLANEOUS METAL Page 5 of 6 stainless steel stud assemblies as indicated on the Drawings consisting of an all-thread anchor rod with nut and washer.Adhesive anchor system shall be Hilti RE 500 SD; Simpson Strong Tie SET-XP;ITW Ramset Red Head Epcon G5; or equal. Unless otherwise noted,anchorage designs shown on the Drawings are based on Hilti RE 500 SD. 2.4 MISCELLANEOUS STEEL A. All miscellaneous metal work shall be formed true to detail,with clean,straight, sharply defined profiles and smooth surfaces of uniform color and texture and free from defects impairing strength or durability. Holes shall be drilled or punched. Edges shall be smooth and without burrs. Fabricate supplementary pieces necessary to complete each item though such pieces are not definitely shown or specified. B. Connections and accessories shall be of sufficient strength to safely withstand the stresses and strains to which they will be subjected. Exposed joints shall be close fitting and jointed where least conspicuous. Threaded connections shall have the threads concealed where practical.Welded connections shall have continuous welds or intermittent welds as specified or shown. The face of welds shall be dressed flush and smooth. Grind smooth continuous welds that will be exposed. Provide holes for temporary field connections and for attachment of the work of other trades. C. Miscellaneous steel items shall include: beams,angles,lintels,metal stairs, support brackets,base plates for other than structural steel or equipment, closure angles,bridge crane rails,monorail hoist beams,holddown straps and lugs,door frames,splice plates, subframing at roof openings and any other miscellaneous steel called for on the Drawings and not otherwise specified. D. All steel finish work shall be thoroughly cleaned,by effective means,of all loose mill scale,rust and foreign matter and shall be given one shop coat of primer compatible with the finish coat after fabrication but before shipment.Paint shall be omitted within 3-in of proposed field welds.Paint shall be applied to dry surfaces and shall be thoroughly and evenly spread and well worked into joints and other open spaces. E. Galvanizing,where required,shall be the hot-dip zinc process after fabrication. Coating shall be not less than 2 oz/sq ft of surface. PART 3 EXECUTION 3.1 INSTALLATION A. Install all items except those to be embedded in concrete or other masonry which shall be installed under Division 3 and Division 4 respectively. Items to be attached to concrete or masonry after such work is completed shall be installed in accordance with the details shown. Fastening to wood plugs in masonry will not be permitted. B. Abrasions in the shop primer shall be touched up immediately after erection. Areas left unprimed for welding shall be painted with primer after welding. C. Zinc coating which has been burned by welding,abraded,or otherwise damaged shall be cleaned and repaired after installation. The damage area shall be thoroughly cleaned CITY OF FORT WORTH Mosier Dalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 E 055000-6 MISCELLANEOUS METAL Page 6 of 6 by wire brushing and all traces of welding flux and loose or cracked zinc coating removed prior to painting. The cleaned area shall be painted with two coats of zinc oxide-zinc dust paint conforming to the requirements of Military Specifications MIL-P- 15145. The paint shall be properly compounded with a suitable vehicle in the ratio of one part zinc oxide to four parts zinc dust by weight. D. Specialty products shall be installed in accordance with the manufacturer's recommendations. E. Expansion bolts shall be checked for tightness a minimum of 24 hours after initial installation. F. Install adhesive anchor system in strict compliance with the manufacturer's recommendations,including drill bit diameter, surface preparation,temperature, moisture conditions,injection and installation of bolts.Use oil free compressed air to blast out loose particles and dust from the drilled holes. Bolts must be clean and free of dirt, oil, grease,ice or other material which would reduce bond. G. Headed anchor studs shall be welded in accordance with manufacturer's recommendations. H. All railings shall be erected to line and plumb. I. All steel surfaces that come into contact with exposed concrete or masonry shall receive a protective coating of an approved heavy bitumastic troweling mastic applied in accordance with the manufacturer's instructions prior to installation. J. Where aluminum contacts a dissimilar metal, apply a heavy brush coat of zinc- chromate primer followed by two coats of aluminum metal and masonry paint to the dissimilar metal. K. Where aluminum contacts masonry or concrete, apply a heavy coat of approved alkali resistant paint to the masonry or concrete. L. Where aluminum contacts wood, apply two coats of aluminum metal and masonry paint to the wood. END OF SECTION CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 116814-1 PLAYGROUND EQUIPMENT Page I of 5 1 SECTION 1168 14 2 PLAYGROUND EQUIPMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A.Section includes: 6 1. Composite Playground Structure 7 2. Rope Climber 8 3. Spring Rider 9 4. Swing Structure 10 B.Related Specification Sections include but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 3. Section 1168 13 - Site Furnishings 15 4. Section 1168 16-Wood Fiber Playground Surfacing 16 5. Section 32 13 13 -Concrete Paving 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A.Measurement and Payment 19 1. Measurement 20 a. Measurement for this Item shall be by lump sum complete in place. 21 2. The work performed and the materials furnished in accordance with this Item shall 22 be paid for at the lump sum price bid. 23 3. The price bid shall include: 24 a. Furnishing and installing the specified Inlet 25 b. Mobilization 26 c. Excavation 27 d. Hauling 28 e. Disposal of excess materials 29 f. Excavation, forming,backfill and compaction of footings 30 g. Concrete 31 h. Reinforcing steel 32 i. Clean-up 33 1.3 REFERENCES 34 A. All equipment and materials shall comply with the following standards. 35 1. U.S. Consumer Product Safety Commission(CPSC) 36 2. International Play Equipment Manufacturers Association(IPEMA) 37 3. Texas Accessibility Standards (TAS) 38 4. Texas Department of Licensing and Regulation(TDLR) 39 5. ASTM Designation F1487 (Standard Consumer Safety Performance Specification 40 for Playground Equipment for Public Use) CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised March 27,2015 116814-2 PLAYGROUND EQUIPMENT Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS 3 A. Submittals shall be in accordance with Section 0133 00. 4 B. Submittals must be received and approved by the Project Manager prior to ordering 5 equipment. 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 7 A. The Contractor shall be required to submit a Safety Plan indicating the use of temporary 8 construction fencing, signage and barriers necessary to prevent park users from 9 utilizing unfinished equipment for Owner approval at the Pre-Construction meeting. 10 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM 11 F1487 Standards including: 12 1. All paints and other similar finishes must meet the current CPSC regulation for lead 13 in paint(0.06 percent maximum lead by dry weight). 14 2. Regardless of the material or the treatment process,the manufacture shall ensure 15 that the users of the playground equipment cannot ingest,inhale, or absorb any 16 potentially hazardous amounts of substances through body surface as a result of 17 contact with the equipment. 18 1.7 CLOSEOUT SUBMITTALS 19 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' 20 literature to the Project Manager within ten(10)calendar days prior to acceptance of 21 the project. This shall include: 22 1. Operation and Maintenance Manuals. 23 a. (1) electrical copy and(3)hard copies 24 b. Then manual shall include Contractor's address,telephone and fax number,e- 25 mail address and listing of equipment with the name and addresses of the local 26 equipment manufacturer's representative 27 c. The manual shall include catalog and parts sheets on each product and 28 equipment type installed under contract. 29 2. Warranty/Guarantee Documentation 30 1.8 MAINTENANCE MATERIAL SUBMITTALS 31 A. Spare Parts 32 B. Extra Stock Materials 33 C. Tools 34 1.9 QUALITY ASSURANCE 35 A. Qualifications 36 1. Manufactures 37 2. Suppliers 38 3. Fabricators 39 4. Installer/Applicators/Erectors 40 5. Testing Agencies 41 6. Licensed Professionals CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised March 27,2015 116814-3 PLAYGROUND EQUIPMENT Page 3 of 5 1 B. Certifications 2 C. Preconstruction Testing 3 D. Field[Site] Samples 4 1.10 DELIVERY,STORAGE,AND HANDLING 5 A. Protect from inclement weather: wet, damp, extreme heat or cold. 6 B. Store in a manner to prevent warpage, bowing or damage. 7 C. All construction material such as subsurface drain gravel and play surface 8 material may not be delivered to the site until installation of such material. 9 D. The Contractor will not be allowed to deliver on site and install any playground 10 equipment until grading, mow strip, subsurface drainage and all other hardscape 11 items have been installed and approved by the Project Manager. The Contractor 12 will be required to remove any equipment from the site at own expense and at 13 no additional contract time if found to be in non-compliance to this specification 14 note. 15 1.11 WARRANTY 16 A. Playground Equipment shall be warranted for labor and materials for a period of no 17 less than two years. Warranty period shall start from acceptance of the project,not 18 from completion of installation of equipment. Written warranty must be submitted by 19 the manufacturer and the authorized installer. 20 PART 2- PRODUCTS 21 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 EQUIPMENT 23 A. Manufacturer 24 1. Approved play component structures for the selected playground prototype option 25 and ancillary equipment are listed in the Materials List in the plans. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 GENERAL 30 A. All cost incurred be the Contractor to insure compliance to this specification shall be 31 subsidiary to the cost of purchase and installation of equipment 32 3.2 INSTALLERS 33 A. All materials and labor shall be installed by a contractor authorized by the 34 manufacturer. 35 3.3 SAFETY 36 A. The Contractor shall be responsible for the protection of unfinished work and 37 shall be responsible for the safety of the park users utilizing unfinished 38 equipment. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised March 27,2015 116814-4 PLAYGROUND EQUIPMENT Page 4 of 5 1 B. At any time during construction non compliance to the Safety Plan or any other 2 safety hazard is found to exist on the construction site, The Contractor shall be 3 required to correct any and all non compliance issues and/or safety hazards 4 immediately within the same day of notification. 5 3.4 EXAMINATION 6 A. FALL ZONE: Contractor shall verify all fall zone clearances onsite prior to installing 7 the equipment. Notify the Landscape Architect of any conflicts or discrepancies. The 8 Contractor will be required to remove and reinstall any mow strips/hardscape at own 9 expense and at no additional contract time if fall zone discrepancies are found and 10 require remedy. 11 3.5 PREPARATION [NOT USED] 12 3.6 INSTALLATION 13 A.GENERAL: All items shall be supplied by Contractor and installed as per 14 manufacturer's recommendation. 15 B.CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a 16 minimum twelve inches below the finish grade of surfacing material. 17 C.FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly 18 on all equipment that is not installed with specialized fasteners. 19 3.7 REPAIR/RESTORATION [NOT USED] 20 3.8 RE-INSTALLATION 21 A. FALL ZONES: The Contractor will be required to remove and reinstall any mow strip 22 /hardscape at own expense and at no additional contract time if fall zone discrepancies 23 are found and require remedy. 24 3.9 FIELD QUALITY CONTROL [NOT USED] 25 3.10 SYSTEM STARTUP [NOT USED] 26 3.11 ADJUSTING [NOT USED] 27 3.12 CLEANING [NOT USED] 28 3.13 CLOSEOUT ACTIVITIES [NOT USED] 29 3.14 PROTECTION [NOT USED] 30 3.15 MAINTENANCE [NOT USED] 31 3.16 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 Revision Log DATE NAME SUMMARY OF CHANGE 03/27/2015 N.Kumazawa Reformatted CITY OF FORT WORTH Mosier i"alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised March 27,2015 116814-5 PLAYGROUND EQUIPMENT Page 5 of 5 CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised March 27,2015 116816-1 WOOD FIBER PLAYGROUND SURFACE Page I of 5 1 SECTION 116816 2 WOOD FIBER PLAYGROUND SURFACING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Wood Fiber Playground Surfacing 7 2. Drainage Fabric 8 3. Drainage Systems 9 B. Related Specification Sections include but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 11 68 14 Playground Equipment 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall be by lump sum. 18 2. The work performed and the materials furnished in accordance with this Item shall 19 be paid for at the lump sum price bid for"Playground Safety Surfacing." 20 3. The price bid shall include: 21 a. Furnishing and placement of Wood Fiber Playground Surfacing 22 b. Clean-up 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. CPSC—U.S. Consumer Product Safety Commission 26 2. IPEMA—International Play Equipment Manufacturers Association 27 3. TAS—Texas Accessibility Standards 28 4. TDLR—Texas Department of Licensing and Regulation 29 B. Reference Standards 30 1. ASTM Designation F1487 (Standard Consumer Safety Performance Specification 31 for Playground Equipment for Public Use) 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS 34 A. Submittals shall be in accordance with Section 0133 00. 35 B. A one(1)gallon sample of the wood fiver playground surfacing must be submitted to 36 the Project Manager and approved by the Project Manager prior to ordering. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 116816-2 WOOD FIBER PLAYGROUND SURFACE Page 2 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The Builder will provide the owner or its designated contactor with all necessary 6 licenses prior to start of construction in accordance with U.S.Patents. 7 B. Supplier must provide test results of impact attenuation in accordance with ASTM 8 F 1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and 9 Around Playground Equipment. Result must be provided for new material and for 5- 10 year-old material. I 1 C. Testing must show"g"rating of not more than 155g for the 8"thick system,or 120g for 12 the 12"system at 12' fall height,and HIC values of less than 1,000 for both new and 8- 13 year-old material. 14 D. Product must be wheelchair accessible and meet the requirements of the 1990 15 Americans with Disabilities Act(ADA)in accordance with ASTM PS83-97. 16 E. The Bidder will provide copies of flammability testing procedures and results using(i) 17 Section 1500.44 of the Federal Hazardous Substance Act,Title 16,Chapter II, 18 Subchapter C,for rigid and pliable solids, and(ii) 16 CFR Part 1630 Standard for the 19 Surface Flammability of Carpets and Rugs(FF 1-70),Modified Procedure. Testing 20 should be performed by an independent testing laboratory. 21 F. The Bidder will provide copies of testing procedures and results of(i)new shredded 22 wood fiber, and(ii) shredded wood fiber not less than five years old taken from an 23 existing site,performed by and independent testing source using the ASTM F 1292-91 24 playground safety surfacing standard. 25 G. The Bidder will provide at least three references of handicapped-accessible playgrounds 26 that have been installed with said surface. 27 1.11 DELIVERY,STORAGE,AND HANDLING 28 A. Delivery and Acceptance Requirements 29 B. Storage and Handling Requirements 30 C. Packing Waste Management - 31 1.12 FIELD [SITE] CONDITIONS [NOT USED] 32 1.13 WARRANTY 33 A. All materials and labor under this Section shall be installed by a contractor authorized 34 by the manufacturer. Safety surface shall be warranted for labor and materials for a 35 period of no less than two years. Written warranty must be submitted by the 36 manufacturer and the authorized installer. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 116816-3 WOOD FIBER PLAYGROUND SURFACE Page 3 of 5 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED [NOT USED] 3 2.2 PRODUCT TYEPS AND MATERIALS 4 A. Wood Fiber Playground Surfacing 5 1. Surfacing material shall consist of hardwood tree stock in which 80% 6 of material is 1"-11/2"in length X 1/4"to 3/8"diameter maximum 7 size. A delivery ticket from the mill of origin will be required to verify 8 that material is 100%hardwood stock. 9 2. The contractor shall be required to submit samples for approval. 10 However, approval shall in no way mean acceptance of material 11 delivered to the site in the event the Project Manager finds that the 12 material does not meet specifications. In the event that the material 13 delivered to the project sites is found to be unacceptable, the 14 Contractor shall be required to remove such material off the site and 15 provide acceptable material. 16 3. Softwood fibers, standard wood chips,bark mulch,recycled wood F 17 from pallets or waste wood, shredded or otherwise, twigs,bark, leaf 18 debris or other organic material incorporated within will not be 19 accepted. 20 4. All material shall be compacted to the depth indicated on plans. 21 22 B. Drainage Fabric 23 1. Product used shall be FibarFelt, DuraLiner, or aproved equal polyester 24 nonwoven engineering geotextile fabric. 25 2. Bidder will provide enough material to allow for 12" overlap on all 26 seams. 27 28 C. Drainage System 29 1. 4" diameter ADS perforated pipe with sock installed within the 30 subgrade gravel trench as indicated on plans. 31 2.3 SYSTEMS [NOT USED] 32 2.4 ACCESSORIES [NOT USED] 33 2.5 SOURCE QUALITY CONTROL [NOT USED] 34 PART 3- EXECUTION 35 3.1 INSTALLERS 36 A. Installer List 37 B. Substitution Limitations 38 3.2 EXAMINATION 39 A. Verification of Conditions 40 B. Preinstllation Testing CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 116816-4 WOOD FIBER PLAYGROUND SURFACE Page 4 of 5 1 C. Evaluation and Assessment 2 3.3 PREPARATION 3 A. Subgrade Preparation 4 1. The subgrade shall be graded a minimum of I% (percent)—max. 2%. All roots, 5 stones,and vegetation shall be removed. 6 2. The first 6" of subgrade shall be compacted to at least 95 percent of the dry 7 density as determined by the provisions of AASHTO or T 205, as modified 8 in 203.24. 9 3.4 INSTALLATION 10 A. Wood Fiber Playground Surfacing 11 1. Install wood fiber playground surfacing at the depth indicated on plans. 12 (compacted). Contractor shall be responsible for applying additional material as 13 required in order to maintain safety surface finish elevation and anticipated settling 14 for a period of sixty(60)days following project acceptance. 15 B. Drainage Fabric 16 1. Install drainage fabric over drainage aggregate,overlapping all seams by at least 17 12". Cut to fit around equipment as necessary and overlap seams as previously 18 mentioned. 19 C. Drainage System 20 1. Install subdrain trench per plan. 21 2. Cover subgrade with washed stone,3/8"to 'h"diameter. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION 33 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 116816-5 WOOD FIBER PLAYGROUND SURFACE Page 5 of 5 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 31 1000-1 SITE CLEARING Pagel of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees,when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Section 02 41 13—Selective Site Demolition 17 4. Section 02 41 14—Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for"Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees,structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal(typically included in"Site Clearing",but should be used if"Site 32 Clearing"is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each"Tree Removal"for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 31 1000-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each"Tree Transplant"for: 11 a) Various caliper ranges 12 c. The price bid shall include: 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location(determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWorthTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor,City Arborist, 30 City Inspector,and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY,STORAGE,AND DANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 31 1000-3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 10 with the City,the Engineer and the Landowner, if necessary,to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details,protected trees shall be 17 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line,unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 '/2 21 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 22 form the enclosure. 23 4. Do not park equipment,service equipment,store materials, or disturb the root area 24 under the branches of trees designated for preservation. 25 5. When shown on the Drawings,treat cuts on trees with an approved tree wound 26 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 27 the tree. 28 6. Trees and brush shall be mulched on-site. 29 a. Burning as a method of disposal is not allowed. 30 B. Hazardous Materials 31 1. The Contractor will notify the Engineer immediately if any hazardous or 32 questionable materials not shown on the Drawings are encountered. This includes; 33 but not limited to: 34 a. Floor tiles 35 b. Roof tiles 36 c. Shingles 37 d. Siding 38 e. Utility piping CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 i i 311000-4 SITE CLEARING Page 4 of 5 1 2. The testing,removal,and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include,but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 in. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including,but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers,manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment,remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 38 6. In all other areas,remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within'24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor,unless 45 otherwise stated on the Drawings. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 311000-5 SITE CLEARING Page 5 of 5 1 3. The Contractor will dispose of material and debris off-site in accordance with local, 2 state, and federal laws and regulations. 3 3.5 REPAIR [NOT USED] 4 3.6 RE-INSTALLATION [NOT USED] 5 3.7 FIELD QUALITY CONTROL [NOT USED] 6 3.8 SYSTEM STARTUP [NOT USED] 7 3.9 ADJUSTING [NOT USED] 8 3.10 CLEANING [NOT USED] 9 3.11 CLOSEOUT ACTIVITIES [NOT USED] 10 3.12 PROTECTION [NOT USED] 11 3.13 MAINTENANCE [NOT USED] 12 3.14 ATTACHMENTS [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 15 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3123 16-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 7 encountered to the lines, grades,and typical sections shown on the Drawings and 8 removal from site.Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3123 23—Borrow 20 4. Section 3124 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment[Measurement and payment method in this Specification 23 should coordinate with the method chosen in Section 3123 23 and Section 3124 00.] 24 1. Excavation by Plan Quantity[This method requires the Design Engineer to 25 estimate quantities. Care should be taken to verb calculation procedures are in 26 accordance with all Specification Sections.] 27 a. Measurement 28 1) Measurement for this Item shall be by the cubic yard in its final position 29 using the average end area method. Limits of measurement are shown on 30 the Drawings. 31 2) When measured by the cubic yard in its final position,this is a plans 32 quantity measurement Item. The quantity to be paid is the quantity shown 33 in the proposal,unless modified by Article 11.04 of the General 34 Conditions.Additional measurements or calculations will be made if 35 adjustments of quantities are required. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per cubic yard of"Unclassified Excavation by Plan". No 40 additional compensation will be allowed for rock or shrinkage/swell 41 factors,as these are the Contractor's responsibility. f 42 c. The price bid shall include: { CITY OF FORT WORTH Mosier Valley Park 4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 28,2013 t 31 23 16-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) Excavation 2 2) Excavation Safety 3 3) Drying 4 4) Dust Control 5 5) Reworking or replacing the over excavated material in rock cuts 6 6) Hauling 7 7) Disposal of excess material not used elsewhere onsite 8 8) Scarification 9 9) Clean-up 10 2. Excavation by Surveyed Quantity[This method is intended for Projects in heavily 11 wooded areas or other areas where the accuracy required to determine quantities 12 for measurement and payment is unattainable during design.] 13 a. Measurement 14 1) Measurement for this Item shall be by the cubic yard in its final position 15 calculated using the average end area or composite method. 16 a) The City will perform a reference survey once the Site has been cleared 17 to obtain existing ground conditions. 18 b) The City will perform a final post-construction survey. 19 c) The Contractor will be paid for the cubic yardage of Excavated material 20 calculated as the difference between the two surveys. 21 d) Partial payments will be based on estimated plan quantity 22 measurements calculated by the Engineer. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per cubic yard of"Unclassified Excavation by Survey". 27 c. The price bid shall include: 28 1) Excavation 29 2) Excavation Safety 30 3) Drying 31 4) Dust Control 32 5) Reworking or replacing the over excavated material in rock cuts 33 6) Hauling 34 7) Disposal of excess material not used elsewhere onsite 35 8) Scarification 36 9) Clean-up 37 1.3 REFERENCES [NOT USED] 38 A. Definitions 39 1. Unclassified Excavation—Without regard to materials,all excavations shall be 40 considered unclassified and shall include all materials excavated. Any reference to 41 Rock or other materials on the Drawings or in the specifications is solely for the 42 City and the Contractor's information and is not to be taken as a classification of 43 the excavation. 44 1.4 ADMINSTRATIVE REQUIREMENTS 45 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 46 01. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 28,2013 { 3123 16-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY, STORAGE,AND HANDLING i 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW,easements or temporary construction 15 easements,unless specifically disallowed in the Contract Documents. 16 b. Do not block drainage ways,inlets or driveways. 17 c. Provide erosion control in accordance with Section 3125 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas,do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils.It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin No.2306 Revised January 28,2013 3123 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML,MH,PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings,use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1!28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised January 28,2013 .r 312500-1 EROSION AND SEDIMENT CONTROL Pagel of 8 SECTION 3125 00 EROSION AND SEDIMENT CONTROL PART1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) and installation,maintenance and removal of erosion and sediment control devices B. Deviations from this City of Fort Worth Standard Specification 1. None C. Related Specification Sections include,but are not necessarily limited to: 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 2. Division 1 —General Requirements 3. Section 31 10 00—Site Clearing and Tree Protection 4. Section 3137 00—Rip Rap 5. Section 32 92 13—Hydromulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Storm Water Pollution Prevention Plan<1 acre a. Measurement 44 This Item is considered subsidiary to the various Items bid. b. Payment 1)The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being bid and no other compensation will be allowed. 2. Storm Water Pollution Prevention Plan> 1 acre a. Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for per Article 12 of the General Conditions. at the lump sum price bid for"SWPPP> 1 acre". c. The price bid shall include: 1) Preparation of SWPPP 2) Implementation 3) Permitting fees 4) Installation 5) Maintenance 6) Removal 1.3 REFERENCES A. Reference Standards CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 31 2500-2 EROSION AND SEDIMENT CONTROL Page 2 of 8 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification,unless a date is specifically cited. 2. ASTM Standard: a. ASTM D3786, Standard Test Method for Bursting Strength of Textile Fabrics—Diaphragm Bursting Strength Tester Method b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation of Geotextiles c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size of a Geotextile d. ASTM D4833, Standard Test Method for Index Puncture Resistance of Geomembranes and Related Products 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. TXR150000 4. TxDOT Departmental Material Specifications(DMS) a. DMS-6230"Temporary Sediment Control Fence Fabric" 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Storm Water Pollution Prevention Plan(SWPPP) B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit C. Construction Site Notice D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit E. Notice of Change(if applicable) 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY,STORAGE AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 2.2 PRODUCT TYPES AND MATERIALS A. Rock Filter Dams 1. Aggregate CITY OF FORT WORTH Mosier ValleyPark STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 8 a. Furnish aggregate with hardness,durability,cleanliness and resistance to crumbling,flaking and eroding acceptable to the Engineer. b. Provide the following: 1) Types 1,2 and 4 Rock Filter Dams a) Use 3 to 6 inch aggregate. F 2) Type 3 Rock Filter Dams a) Use 4 to 8 inch aggregate. 2. Wire a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams b. Type 4 dams require: 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/z inches x 3 '/4 inches 2) Minimum 0.0866 inch steel wire for netting 3) Minimum 0.1063 inch steel wire for selvages and corners 4) Minimum 0.0866 inch for binding or tie wire B. Geotextile Fabric 1. Place the aggregate over geotextile fabric meeting the following criteria: a. Tensile Strength of 250 pounds,per ASTM D4632 b. Puncture Strength of 135 pounds,per ASTM D4833 c. Mullen Burst Rate of 420 psi,per ASTM D3786 d. Apparent Opening Size of No. 20(max),per ASTM D4751 C. Sandbag Material 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may be used to fill the sandbags. D. Stabilized Construction Entrances 1. Provide materials that meet the details shown on the Drawings and this Section. a. Provide crushed aggregate for long and short-term construction exits. b. Furnish aggregates that are clean,hard,durable and free from adherent coatings such as salt,alkali,dirt, clay,loam, shale, soft or flaky materials and organic and injurious matter. c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. d. The aggregate shall be placed over a geotextile fabric meeting the following criteria: 1) Tensile Strength of 300 pounds,per ASTM D4632 2) Puncture Strength of 120 pounds,per ASTM D4833 3) Mullen Burst Rate of 600 psi,per ASTM D3786 4) Apparent Opening Size of No.40(max),per ASTM D4751 E. Embankment for Erosion Control 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable embankment to meet the intended use. F. Sandbags 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 31 2500-4 EROSION AND SEDIMENT CONTROL Page 4 of 8 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide, and 6 to 8 inches thick. Table 1 Sand Gradation Sieve# Maximum Retained(% by Weight) 4 3 percent 100 80 percent 200 95 percent G. Temporary Sediment Control Fence 1. Provide a net-reinforced fence using woven geo-textile fabric. 2. Logos visible to the traveling public will not be allowed. a. Fabric 1) Provide fabric materials in accordance with DMS-6230,"Temporary Sediment Control Fence Fabric." b. Posts 1) Provide essentially straight wood or steel posts with a minimum length of 48 inches,unless otherwise shown on the Drawings. 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per foot. c. Net Reinforcement 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh,with a maximum opening size of 2 x 4 inch, at least 24 inches wide, unless otherwise shown on the Drawings. d. Staples 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Storm Water Pollution Prevention Plan 1. Develop and implement the project's Storm Water Pollution Prevention Plan (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 requirements.Prevent water pollution from storm water runoff by using and maintaining appropriate structural and nonstructural BMPs to reduce pollutants discharges to the MS4 from the construction site. B. Control Measures CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 8 1. Implement control measures in the area to be disturbed before beginning construction,or as directed. Limit the disturbance to the area shown on the Drawings or as directed. 2. Control site waste such as discarded building materials, concrete truck washout water, chemicals,litter and sanitary waste at the construction site. 3. If,in the opinion of the Engineer,the Contractor cannot control soil erosion and sedimentation resulting from construction operations,the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 4. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 5. Upon acceptance of vegetative cover by the City,remove and dispose of all temporary control measures,temporary embankments,bridges,matting,falsework, piling, debris,or other obstructions placed during construction that are not a part of the finished work,or as directed. C. Do not locate disposal areas, stockpiles, or haul roads in any wetland,water body, or streambed. D. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. E. Provide protected storage area for paints,chemicals, solvents,and fertilizers at an approved location.Keep paints,chemicals,solvents,and fertilizers off bare ground and provide shelter for stored chemicals. F. Installation and Maintenance 1. Perform work in accordance with the TPDES Construction General Permit TXR 150000. 2. When approved, sediments may be disposed of within embankments,or in areas where the material will not contribute to further siltation. 3. Dispose of removed material in accordance with federal, state,and local regulations. 4. Remove devices upon approval or when directed. a. Upon removal, finish-grade and dress the area. b. Stabilize disturbed areas in accordance with the permit,and as shown on the Drawings or directed. 5. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. G. Rock Filter Dams for Erosion Control 1. Remove trees,brush,stumps and other objectionable material that may interfere with the construction of rock filter dams. 2. Place sandbags as a foundation when required or at the Contractor's option. 3. For Types 1,2,3,and 5,place the aggregate to the lines,height,and slopes specified,without undue voids. 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the c upstream side over the aggregate and secure it to itself on the downstream side with wire ties,or hog rings,or as directed. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 31 2500-6 EROSION AND SEDIMENT CONTROL Page 6 of 8 5. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. 6. Construct filter dams according to the following criteria,unless otherwise shown on the Drawings: a. Type 1 (Non-reinforced) 1) Height-At least 18 inches measured vertically from existing ground to top of filter dam 2) Top Width-At least 2 feet 3) Slopes-At most 2:1 b. Type 2(Reinforced) 1) Height-At least 18 inches measured vertically from existing ground to top_ of filter dam 2) Top Width-At least 2 feet 3) Slopes-At most 2:1 c. Type 3 (Reinforced) 1) Height-At least 36 inches measured vertically from existing ground to top of filter dam 2) Top Width-At least 2 feet 3) Slopes-At most 2:1 d. Type 4(Sack Gabions) 1) Unfold sack gabions and smooth out kinks and bends. 2) For vertical filling,connect the sides by lacing in a single loop—double loop pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until tight,wrap around the end,and twist 4 times.At the filling end, fill with stone,pull the rod tight,cut the wire with approximately 6 inches remaining,and twist wires 4 times. 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and connect sides and secure ends as described above. 4) Lift and place without damaging the gabion. 5) Shape sack gabions to existing contours. e. Type 5 1) Provide rock filter dams as shown on the Drawings. H. Construction Entrances 1. When tracking conditions exist,prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway,alley,sidewalk,parking area,or other right of way areas other than at the location of construction entrances. 2. Place the exit over a foundation course,if necessary. a. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the Drawings or as directed. 3. At drive approaches,make sure the construction entrance is the full width of the drive and meets the length shown on the Drawings. a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all other points of ingress or egress or as directed by the Engineer. I. Earthwork for Erosion Control 1. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Measures 1) Place earth dikes, swales or combinations of both along the low crown of CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 312500-7 EROSION AND SEDIMENT CONTROL Page 6 of 8 daily lift placement,or as directed,to prevent runoff spillover. CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 8 2) Place swales and dikes at other locations as shown on the Drawings or as directed to prevent runoff spillover or to divert runoff. 3) Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. 4) Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the Drawings or as directed. 5) Where required,create a sediment basin providing 3,600 cubic feet of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at 1 time,not including offsite areas. b. Excavation of Sediment and Debris 1) Remove sediment and debris when accumulation affects the performance of the devices, after a rain,and when directed. J. Sandbags for Erosion Control 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas,create a retention pond,detain sediment and release water in sheet flow. 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to allow for proper tying of the open end. 3. Place the sandbags with their tied ends in the same direction. 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 5. Place a single layer of sandbags downstream as a secondary debris trap. 6. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. K. Temporary Sediment-Control Fence 1. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. 2. Incorporate the fence into erosion-control measures used to control sediment in areas of higher flow. Install the fence as shown on the Drawings,as specified in this Section,or as directed. a. Post Installation 1) Embed posts at least 18 inches deep,or adequately anchor,if in rock,with a spacing of 6 to 8 feet and install on a slight angle toward the run-off source. b. Fabric Anchoring 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of fabric. 2) Provide a minimum trench cross-section of 6 x 6 inches 3) Place the fabric against the side of the trench and align approximately 2 inches of fabric along the bottom in the upstream direction. 4) Backfill the trench,then hand-tamp. c. Fabric and Net Reinforcement Attachment 1) Unless otherwise shown under the Drawings,attach the reinforcement to wooden posts with staples,or to steel posts with T-clips, in at least 4 places equally spaced. 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 inches or less. d. Fabric and Net Splices CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 8 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at least 6 places equally spaced,unless otherwise shown under the Drawings. a) Do not locate splices in concentrated flow areas. 2) Requirements for installation of used temporary sediment-control fence include the following: a) Fabric with minimal or no visible signs of biodegradation(weak fibers) b) Fabric without excessive patching(more than 1 patch every 15 to 20 feet) c) Posts without bends d) Backing without holes 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. Waste Management 1. Remove sediment, debris and litter as needed. 3.11 CLOSEOUT ACTIVITIES A. Erosion control measures remain in place and are maintained until all soil disturbing activities at the project site have been completed. B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, on areas not covered by permanent structures,or in areas where permanent erosion control measures(i.e. riprap,gabions, or geotextiles)have been employed. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. B. If a device ceases to function as intended,repair or replace the device or portions thereof as necessary. C. Perform inspections of the construction site as prescribed in the Construction General Permit TXR150000. D. Records of inspections and modifications based on the results of inspections must be maintained and available in accordance with the permit. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH Improvements at Gateway Park East STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.01857 Revised December 20,2012 i @a f 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 1 SECTION 32 01 17 2 PERMANENT ASPHALT PAVING REPAIR 3 [Text in Blue is for it?formation or guidance. Remove all blare text in the final project document.] 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section includes: 6 7 1. Flexible pavement repair to include,but not limited to: 8 a. Utility cuts(water, sanitary sewer,drainage,franchise utilities, etc.) 9 b. Warranty work 10 c. Repairs of damage caused by Contractor 11 d. Any permanent asphalt pavement repair needed during the course of 12 construction 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms,and Conditions of the 17 Contract 18 2. Division 1 —General Requirements 19 3. Section 03 34 16—Concrete Base Material for Trench Repair 20 4. Section 32 12 16—Asphalt Paving 21 5. Section 32 13 13—Concrete Paving 22 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Asphalt Pavement Repair[For utility trench repair, repair width is to include the 26 width beyond the trench shown in the Drawings as well as any additional width 27 required around structures.] 28 a. Measurement 29 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 30 Repair based on the defined width and roadway classification specified in 31 the Drawings. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement'will be paid for at the unit 35 price bid price per linear foot of Asphalt Pavement Repair. 36 c. The price bid shall include: 37 1) Preparing final surfaces 38 2) Furnishing,loading,unloading, storing,hauling and handling all materials 39 including freight and royalty 40 3) Traffic control for all testing 41 4) Asphalt,aggregate,and additive CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 I 320117-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 5) Materials and work needed for corrective action 2 6) Trial batches 3 7) Tack coat 4 8) Removal and/or sweeping excess material 5 2. Asphalt Pavement Repair for Utility Service Trench 6 a. Measurement 7 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 8 Repair centered on the proposed sewer service line measured from the face 9 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"will be paid for at the unit 13 price bid price per linear foot of"Asphalt Pavement Repair, Service" 14 installed for: 15 a) Various types of utilities 16 c. The price bid shall include: 17 1) Preparing final surfaces 18 2) Furnishing,loading,unloading, storing,hauling and handling all materials 19 including freight and royalty 20 3) Traffic control for all testing 21 4) Asphalt,aggregate, and additive 22 5) Materials and work needed for corrective action 23 6) Trial batches 24 7) Tack coat 25 8) Removal and/or sweeping excess material 26 3. Asphalt Pavement Repair Beyond Defined Width 27 a. Measurement 28 1) Measurement for this Item will be by the square yard for asphalt pavement 29 repair beyond pay limits of the defined width of Asphalt Pavement Repair 30 by roadway classification specified in the Drawings. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per square yard of Asphalt Pavement Repair Beyond Defined 35 Width. 36 c. The price bid shall include: 37 1) Preparing final surfaces 38 2) Furnishing,loading,unloading, storing,hauling and handling all materials 39 including freight and royalty 40 3) Traffic control for all testing 41 4) Asphalt, aggregate,and additive 42 5) Materials and work needed for corrective action 43 6) Trial batches 44 7) Tack coat 45 8) Removal and/or sweeping excess material 46 4. Extra Width Asphalt Pavement Repair 47 a. Measurement 48 1) Measurement for this Item will be by the square yard for surface repair 49 (does not include base repair)for: CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 a) Various thicknesses 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per square yard of Extra Width Asphalt Pavement Repair 6 c. The price bid shall include: 7 1) Preparing final surfaces 8 2) Furnishing,loading,unloading, storing,hauling and handling all materials 9 including freight and royalty 10 3) Traffic control for all testing 11 4) Asphalt, aggregate, and additive 12 5) Materials and work needed for corrective action 13 6) Trial batches 14 7) Tack coat 15 8) Removal and/or sweeping excess material 16 1.3 REFERENCES 17 A. Definitions i 18 1. H.M.A.C.—Hot Mix Asphalt Concrete 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Permitting 21 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 22 and Public Works Department in conformance with current ordinances. 23 2. The Transportation and Public Works Department will inspect the paving repair 24 after construction. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 27 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.12 FIELD CONDITIONS 33 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 34 rising unless otherwise approved. V CITY OF FORT WORTH Mosier Valley Park r STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 1.13 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C.paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION [NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3201 17-5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement: in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] Te 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 24 CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 1 SECTION 32 0129 2 CONCRETE PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Concrete pavement repair to include,but not limited to: 7 a. Utility cuts(water,sanitary sewer,drainage,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any other concrete pavement repair needed during the course of construction 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 15 2. Division 1 -General Requirements 16 3. Section 32 01 18 -Temporary Asphalt Paving Repair 17 4. Section 32 12 16-Asphalt Paving 18 5. Section 32 13 13 -Concrete Paving 19 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Concrete Pavement Repair[When panel replacement is not required for utility 23 trench repair, repair width is to include the width beyond the trench shown in the 24 Drawings as well as any additional width required around structures. There is no 25 differentiation between main line trench repair and service line trench repair for 26 concrete roadways because the quantity is measured by square yard] 27 a. Measurement 28 1) Measurement for this Item shall be by the square yard of Concrete 29 Pavement Repair for various: 30 a) Street types 31 2) Limits of repair will be based on the time of service of the existing 32 pavement. The age of the pavement will need to be determined by the 33 Engineer through coordination with the City.For pavement ages: 34 a) 10 years or less: repair entire panel 35 b) Greater than 10 years:repair to limits per Drawings 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"shall be paid for at the 39 unit price bid per square yard of Concrete Pavement Repair 40 c. The price bid shall include: 41 1) Shaping and fine grading the placement area CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 2) Furnishing and applying all water required 2 3) Furnishing,loading and unloading, storing,hauling and handling all 3 concrete 4 4) Furnishing,loading and unloading, storing,hauling and handling all base 5 material 6 5) Mixing,placing,finishing and curing all concrete 7 6) Furnishing and installing reinforcing steel 8 7) Furnishing all materials and placing longitudinal,warping,expansion and 9 contraction joints, including all steel dowels,dowel caps and load 10 transmission units required,wire and devices for placing,holding and 11 supporting the steel bar,load transmission units,and joint filler in the 12 proper position; for coating steel bars where required by the Drawings 13 8) Sealing joints 14 9) Monolithically poured curb 15 10) Cleanup 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Permitting 19 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 20 and Public Works Department in conformance with current ordinances. 21 2. Transportation and Public Works Department will inspect paving repair after 22 construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 25 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 30 1.11 FIELD CONDITIONS 31 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS 34 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 35 2.2 MATERIALS 36 A. Embedment and Backfill: see Section 33 05 10. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 1 B. Base material: Concrete base: see Section 32 13 13. 2 C. Concrete: see Section 32 13 13. 3 1. Concrete paving: Class H or Class HES. 4 2. Replace concrete to the specified thickness. 5 2.3 ACCESSORIES [NOT USED] 6 2.4 SOURCE QUALITY CONTROL [NOT USED] 7 PART 3- EXECUTION 8 3.1 INSTALLERS [NOT USED] 9 3.2 EXAMINATION [NOT USED] 10 3.3 PREPARATION r 11 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 12 of one repair to the edge of a second repair. 13 B. If the cut is to be covered,use steel plates of sufficient strength and thickness to support 14 traffic. 15 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 16 to the existing pavement to create a smooth riding surface. 17 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 18 C. Surface Preparation: mark pavement cut repairs for approval by the City. 19 3.4 INSTALLATION 20 A. Sawing 21 1. General 22 a. Saw cut perpendicular to the surface to full pavement depth. 23 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 24 sawing to remove damaged areas. 25 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 26 2. Sawing equipment 27 a. Power-driven 28 b. Manufactured for the purpose of sawing pavement 29 c. In good operating condition 30 d. Shall not spall or facture concrete adjacent to the repair area 31 3. Repairs: In true and straight lines to dimensions shown on the Drawings 32 4. Utility Cuts 33 a. In a true and straight line on both sides of the trench 34 b. Minimum of 12 inches outside the trench walls 35 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 36 facilities. 37 B. Removal 38 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 39 concrete adjacent to the repair area. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 1 C. Base: as specified in Drawings 2 D. Concrete Paving 3 1. Concrete placement: in accordance with Section 32 13 13. 4 2. Reinforce concrete replacement: as specified in Drawings 5 3.5 REPAIR/RESTORATION [NOT USED] 6 3.6 RE-INSTALLATION [NOT USED] 7 3.7 FIELD QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING [NOT USED] 11 3.11 CLOSEOUT ACTIVITIES [NOT USED] 12 3.12 PROTECTION [NOT USED] 13 3.13 MAINTENANCE [NOT USED] 14 3.14 ATTACHMENTS [NOT USED] 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair 2.2.C.1—Changed to Class P to Class H 16 CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry No.2306 Revised December 20,2012 32 1123-1 FLEXIBLE BASE COURSES Page 1 of 7 1 SECTION 32 1123 2 FLEXIBLE BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item will be by the square yard of Flexible Base Course 18 for various: 19 1) Depths 20 2) Types 21 3) Gradations 22 2. Payment 23 a. The work performed and materials furnished in accordance with this Item and 24 measured as provided under"Measurement"will be paid for at the unit price 25 bid per square yard of Flexible Base Course. 26 3. The price bid shall include: 27 a. Preparation and correction of subgrade 28 b. Furnishing of material 29 c. Hauling 30 d. Blading 31 e. Sprinkling 32 f. Compacting 33 1.3 REFERENCES 34 A. Definitions 35 1. RAP—Recycled Asphalt Pavement. 36 B. Reference Standards 37 1. Reference standards cited in this specification refer to the current reference standard 38 published at the time of the latest revision date logged at the end of this 39 specification,unless a date is specifically cited. 40 2. ASTM International(ASTM): CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-mlm3)) 3 3. Texas Department of Transportation(TXDOT): 4 a. Tex-104-E,Determining Liquid Limits of Soils 5 b. Tex-106-E,Calculating the Plasticity Index of Soils 6 c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils 7 d. Tex-110-E,Particle Size Analysis of Soils 8 e. Tex-116-E,Ball Mill Method for Determining the Disintegration of Flexible 9 Base Material 10 f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials 11 g. Tex-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 12 Sulfate 13 h. Tex-413-A,Determining Deleterious Material in Mineral Aggregate 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 ACTION SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Obtain materials from approved sources. 30 3. Notify City of changes to material sources. 31 4. The City may sample and test project materials at any time before compaction 32 throughout the duration of the project to assure specification compliance. 33 B. Aggregate 34 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 35 the requirements of Table 1. 36 2. Each source must meet Table 1 requirements for liquid limit,plastiCity index,and 37 wet ball mill for the grade specified. 38 3. Do not use additives such as but not limited to lime, cement,or fly ash to modify 39 aggregates to meet the requirements of Table 1,unless shown on the Drawings. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 Table 1 3 Material Requirements Property Test Method Grade 1 Grade 2 Master gradation sieve size %retained 2-1/2 in. — 0 1-3/4 in. 0 0-10 7/8 in Tex-110-E 10-35 — 3/8 in. 30-50 — No.4 45-65 45-75 No.40 70-85 60-85 Liquid limit,%max. Tex-104-E 35 40 PlastiCity index,max.' Tex-106-E 10 12 Wet ball mill,%max? 40 45 Wet ball mill,%max. Tex-I 16-E increase passing the 20 20 No.40 sieve Classification; 1.0 1.1-2.3 Min.compressive strength;,psi Tex-I 17-E lateral pressure 0 psi 45 35 tlateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex-411-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 4 5 4. Material Tolerances 6 a. The City may accept material if no more than 1 of the 5 most recent gradation 7 tests has an individual sieve outside the specified limits of the gradation. 8 b. When target grading is required by the Drawings,no single failing test may 9 exceed the master grading by more than 5 percentage points on sieves No.4 10 and larger or 3 percentage points on sieves smaller than No. 4. 11 c. The City may accept material if no more than 1 of the 5 most recent plasticity 12 index tests is outside the specified limit.No single failing test may exceed the 13 allowable limit by more than 2 points. 14 5. Material Types 15 a. Do not use fillers or binders unless approved. 16 b. Furnish the type specified on the Drawings in accordance with the following: 17 1) Type A 18 a) Crushed stone produced and graded from oversize quarried aggregate 19 that originates from a single,naturally occurring source. : 20 b) Do not use gravel or multiple sources. 21 2) Type B 22 a) Only for use as base material for temporary pavement repairs. 23 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 24 3) Type D 25 a) Type A material or crushed concrete. 26 b) Crushed concrete containing gravel will be considered Type D 27 material. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321123-4 FLEXIBLE BASE COURSES Page 4 of 7 1 c) The City may require separate dedicated stockpiles in order to verify 2 compliance. 3 d) Crushed concrete must meet the following requirements: 4 (1) Table 1 for the grade specified. 5 (2) Recycled materials must be free from reinforcing steel and other 6 objectionable material and have at most 1.5 percent deleterious 7 material when tested in accordance with TEX-413-A. 8 C. Water 9 1. Furnish water free of industrial wastes and other objectionable matter. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPARATION 16 A. General 17 1. Shape the subgrade or existing base to conform to the typical sections shown on the 18 Drawings or as directed. 19 2. When new base is required to be mixed with existing base: 20 a. Deliver,place, and spread the new flexible base in the required amount. 21 b. Manipulate and thoroughly mix the new base with existing material to provide 22 a uniform mixture to the specified depth before shaping. 23 B. Subgrade Compaction 24 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 25 following: 26 a. Proof Rolling 27 1) City Project Representative must be on-site during proof rolling operations. 28 2) Use equipment that will apply sufficient load to identify soft spots that rut 29 or pump. 30 a) Acceptable equipment includes fully loaded single-axle water truck 31 with a 1500 gallon capacity. 32 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 33 4) Offset each trip by at most 1 tire width. 34 5) If an unstable or non-uniform area is found, correct the area. 35 b. Correct 36 1) Soft spots that rut or pump greater than 3I4 inch 37 2) Areas that are unstable or non-uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 1. Construct each layer uniformly, free of loose or segregated areas, and with the 2 required density and moisture content. 3 2. Provide a smooth surface that conforms to the typical sections, lines,and grades 4 shown on the Drawings or as directed. 5 3. Haul approved flexible base in clean,covered trucks. 6 B. Equipment 7 1. General 8 a. Provide machinery,tools,and equipment necessary for proper execution of the 9 work. 10 2. Rollers 11 a. The Contractor may use any type of roller to meet the production rates and 12 quality requirements of the Contract unless otherwise shown on the Drawings 13 or directed. 14 b. When specific types of equipment are required,use equipment that meets the 15 specified requirements. 16 c. Alternate Equipment. 17 1) Instead of the specified equipment,the Contractor may,as approved, 18 operate other compaction equipment that produces equivalent results. 19 2) Discontinue the use of the alternate equipment and furnish the specified 20 equipment if the desired results are not achieved. 21 d. City may require Contractor to substitute equipment if production rate and 22 quality requirements of the Contract are not met. 23 C. Placing 24 1. Spread and shape flexible base into a uniform layer by approved means the same 25 day as delivered unless otherwise approved. 26 2. Place material such that it is mixed to minimize segregation. 27 3. Construct layers to the thickness shown on the Drawings,while maintaining the 28 shape of the course. 29 4. Where subbase or base course exceeds 6 inches in thickness,construct in 2 or more 30 courses of equal thickness. 31 5. Minimum lift depth: 3 inches 32 6. Control dust by sprinkling. 33 7. Correct or replace segregated areas as directed. 34 8. Place successive base courses and finish courses using the same construction 35 methods required for the first course. 36 D. Compaction 37 1. General 38 a. Compact using density control unless otherwise shown on the Drawings. 39 b. Multiple lifts are permitted when shown on the Drawings or approved. 40 c. Bring each layer to the moisture content directed. When necessary,sprinkle the 41 material to the extent necessary to provide not less than the required density. 42 d. Compact the full depth of the subbase or base to the extent necessary to remain 43 firm and stable under construction equipment. 44 2. Rolling CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 a. Begin rolling longitudinally at the sides and proceed towards the center, 2 overlapping on successive trips by at least 1/2 the width of the roller unit. 3 b. On superelevated curves,begin rolling at the low side and progress toward the 4 high side. 5 c. Offset alternate trips of the roller. 6 d. Operate rollers at a speed between 2 and 6 mph as directed. 7 e. Rework,recompact,and refinish material that fails to meet or that loses 8 required moisture,density, stability,or finish before the next course is placed or 9 the project is accepted. 10 f. Continue work until specification requirements are met. 11 g. Proof roll the compacted flexible base in accordance with the following: 12 1) Proof Rolling 13 a) City Project Representative must be on-site during proof rolling 14 operations. 15 b) Use equipment that will apply sufficient load to identify soft spots that 16 rut or pump. 17 (1) Acceptable equipment includes fully loaded single-axle water truck 18 with a 1500 gallon capacity. 19 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 20 d) Offset each trip by at most 1 tire width. 21 e) If an unstable or non-uniform area is found,correct the area. 22 2) Correct 23 a) Soft spots that rut or pump greater than 3/4 inch. 24 b) Areas that are unstable or non-uniform. 25 3. Tolerances 26 a. Maintain the shape of the course by blading. 27 b. Completed surface shall be smooth and in conformity with the typical sections 28 shown on the Drawings to the established lines and grades. 29 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 30 inch in cross section in length greater than 16 feet measured longitudinally by 31 loosening, adding or removing material. Reshape and recompact by sprinkling 32 and rolling. 33 d. Correct all fractures, settlement or segregation immediately by scarifying the 34 areas affected,adding suitable material as required. Reshape and recompact by 35 sprinkling and rolling. 36 e. Should the subbase or base course,due to any reason,lose the required 37 stability,density and finish before the surfacing is complete, it shall be 38 recompacted at the sole expense of the Contractor. 39 4. Density Control 40 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 41 b. Moisture content: minus 2 to plus 4 of optimum. 42 E. Finishing 43 1. After completing compaction,clip, skin,or tight-blade the surface with a 44 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 45 2. Remove loosened material and dispose of it at an approved location. 46 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 47 tire roller until a smooth surface is attained. 48 4. Add small increments of water as needed during roiling. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 5. Shape and maintain the course and surface in conformity with the typical sections, 2 lines,and grades as shown on the Drawings or as directed. 3 6. In areas where surfacing is to be placed,correct grade deviations greater than 1/4 4 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 5 width of the cross-section. 6 7. Correct by loosening,adding,or removing material. 7 8. Reshape and recompact in accordance with 3.4.C. 8 3.5 REPAIR/RESTORATION [NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City(1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION [NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 i 321129-1 LIME TREATED BASE COURSES Page 1 of 10 1 SECTION 32 1129 2 LIME TREATED BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Treating subgrade,subbase and base courses by the pulverization, addition of lime, 7 mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground,embankment, existing pavement;base or 9 subbase courses placed and shall conform to the typical section,lines and grades 10 shown on the Drawings. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 -General Requirements 16 3. Section 3123 23 -Borrow 17 4. Section 32 1123 -Flexible Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Hydrated Lime 21 a. Measurement 22 1) Measurement for this Item shall be by the ton(dry weight)of Hydrated 23 Lime used to prepare slurry at the job site. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"will be paid for at the unit 27 price bid per ton of Hydrated Lime. 28 c. The price bid shall include: 29 1) Furnishing the material 30 2) All freight involved 31 3) All unloading, storing,and handling 32 2. Commercial Lime Slurry 33 a. Measurement 34 1) Measurement for this Item shall be by the ton(dry weight)as calculated 35 from the minimum percent dry solids content of the slurry multiplied by the 36 weight of the slurry in tons delivered. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement'will be paid for at the unit 40 price bid per ton of Commercial Lime Slurry. 41 c. The price bid shall include: 42 1) Furnishing the material CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321129-2 LIME TREATED BASE COURSES Page 2 of 10 1 2) All freight involved 2 3) All unloading, storing,and handling 3 3. Quicklime 4 a. Measurement 5 1) Measurement for this Item shall be by the ton(dry weight)of Quicklime. 6 Measurement for Quicklime in slurry form shall be measured by the ton 7 (dry weight)of the Quicklime used to prepare the slurry. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 and measured as provided under"Measurement"will be paid for at the unit 11 price bid per ton of Quicklime. 12 c. The price bid shall include: 13 1) Furnishing the material 14 2) All freight involved 15 3) All unloading, storing,and handling 16 4. Lime Treatment 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of surface area as 19 established by the widths shown on the Drawings and the lengths measured 20 at placement. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per square yard of Lime Treatment applied for: 25 a) Various depths 26 c. The price bid shall include: 27 1) Preparing the roadbed 28 2) Loosening,pulverizing application of lime,water content in the slurry 29 mixture and the mixing water 30 3) Mixing,shaping, sprinkling,compacting,finishing,curing and maintaining 31 4) Performing all manipulations required 32 1.3 REFERENCES 33 A. Definitions 34 1. Hydrated Lime: dry powdered material consisting of calcium hydroxide. 35 2. Commercial Lime Slurry: liquid mixture of hydrated lime solids and water 36 delivered to a project in slurry form. 37 3. Quicklime: dry material consisting of calcium oxide furnished in either of two 38 grades: 39 a. Grade DS—grade of"pebble"quicklime suitable for use in the preparation of 40 slurry for wet placing. 41 b. Grade S—finely graded quicklime for use only in the preparation of slurry for 42 wet placing. 43 B. Reference Standards 44 1. Reference standards cited in this specification refer to the current reference standard 45 published at the time of the latest revision date logged at the end of this 46 specification,unless a date is specifically cited. 47 2. ASTM International(ASTM): CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321129-3 LIME TREATED BASE COURSES Page 3 of 10 1 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 2 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 3 b. D6938, Standard Test Method for In-Place Density and Water Content of Soil 4 and Soil-Aggregate by Nuclear Methods(Shallow Depth) 5 3. Texas Department of Transportation(TXDOT): 6 a. Tex-101-E,Preparing Soil and Flexible Base Materials for Testing 7 b. Tex-140-E,Measuring Thickness of Pavement Layer 8 c. Tex-600-J, Sampling and Testing of Hydrated Lime, Quicklime and 9 Commercial Lime Slurry 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY AND STORAGE 17 A. Truck Delivered Lime 18 1. Each truck ticket shall bear the weight of lime measured on certified scales. 19 2. Submit delivery tickets,certified by supplier,that include weight with each bulk 20 delivery of lime to the site. 21 1.11 SITE CONDITIONS 22 A. Start lime application only when the air temperature is at least 35°F and rising or is at 23 least 40°F. Measure temperature in the shade and away from artificial heat. 24 B. Suspend application when the City determines that weather conditions are unsuitable. 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 28 2.2 MATERIALS 29 A. General 30 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 31 the Drawings and specifications. 32 2. Notify the City of the proposed material sources and of changes to material sources. 33 3. Obtain verification from the City that the specification requirements are met before 34 using the sources. 35 4. The City may sample and test project materials at any time before compaction. 36 B. Lime 37 1. Hydrated Lime 38 a. pumpable suspension of solids in water CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321129-4 LIME TREATED BASE COURSES Page 4 of 10 1 b. solids portion of the mixture when considered as a basis of"solids content," 2 shall consist of principally hydrated lime of a quality and fineness sufficient to 3 meet the chemical and physical requirements. 4 2. Dry Lime: Do not use unless approved by City. 5 3. Quicklime 6 a. Use quicklime only when specified by the City. 7 b. dry material consisting of essentially calcium oxide. 8 c. Furnished in either of two grades: 9 1) Grade DS 10 2) Grade S 11 4. Furnish lime that meets the following requirements 12 a. Chemical Requirements 13 Table 2 14 Lime Chemical Requirements Hydrated Commercial Lime Quicklime Lime Slurry Total"active"lime 90.0 Min 87.0 Min content,percent by weight Unhydrated lime 5.0 Max 87.0 Min content,percent by weight CaO "Free Water" 5.0 Max content,percent by weight water 15 b. Physical Requirements 16 Table 3 17 Lime Physical Re uirements Hydrated Commercial Lime Quicklime Lime Slurry Wet Sieve Requirement,As percentage by Weight Residue: Retained on No.6 sieve 0.2 Max 0.2 Max 8.0 Max' Retained on No.30 sieve 4.0 Max 4.0 Max Dry Sieve Requirement,As percentage by Weight Residue: Retained on a 1-in sieve 0.0 Retained on a 3/4—in sieve 10.0 Max Retained on a No. 100 Grade Ds—80 Min sieve Grade S—no limits Retained on a No. 6 sieve 0.2 Max 0.2 Max 8.0 Max' I The amount total"active"lime content,as CaO,in the material retained on the No.6 sieve must not exceed 2.0%by weight of the original quicklime. 18 19 c. Slurry Grades 20 Table 4 21 Lime Slurry Grades Minimum Dry Solids Contents CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 1129-5 LIME TREATED BASE COURSES Page 5 of 10 by Percentage of the Slurry Grade 1 31 Grade 2 35 Grade 3 46 1 2 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 3 1123,for the type and grade shown on the Drawings,before the addition of lime. 4 D. Water: Furnish water free of industrial wastes and other objectionable material. 5 E. Borrow: See Section 3123 23. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Shape the subgrade or existing base to conform to the typical sections shown on the 13 Drawings or as directed. 14 3.4 INSTALLATION 15 A. General 16 1. Produce a completed course of treated material containing: 17 a. uniform lime mixture,free from loose or segregated areas. 18 b. uniform density and moisture content. 19 c. well bound for full depth. 20 d. with smooth surface and suitable for placing subsequent courses. 21 2. Maximum layer depth of lime treatment in single layer: 8 inches. 22 3. For treated subgrade exceeding 8 inches deep,pulverize,apply lime,mix,compact 23 and finish in equal layers not exceeding 5 inches deep. 24 B. Equipment 25 1. General: Provide machinery,tools, and equipment necessary for proper execution 26 of the work. 27 2. Rollers 28 a. The Contractor may use any type of roller to meet the production rates and 29 quality requirements of the Contract unless otherwise shown on the Drawings 30 or directed. 31 b. When specific types of equipment are required,use equipment that meets the 32 specified requirements. 33 c. Alternate Equipment 34 1) Instead of the specified equipment,the Contractor may,as approved, 35 operate other compaction equipment that produces equivalent results. 36 2) Discontinue the use of the alternate equipment and furnish the specified 37 equipment if the desired results are not achieved. f CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 i 32 1129-6 LIME TREATED BASE COURSES Page 6 of 10 1 d. City may require Contractor to substitute equipment if production rate and 2 quality requirements of the Contract are not met. 3 3. Storage Facility 4 a. Store quicklime and dry hydrated lime in closed,weatherproof containers. 5 4. Slurry Equipment 6 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 7 quicklime on the project or other approved location. 8 b. The City may approve other slurrying methods. 9 c. Provide a pump for agitating the slurry when the distributor truck is not 10 equipped with an agitator. 11 5. Pulverization Equipment 12 a. Provide pulverization equipment that: 13 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 14 plane to a uniform surface over the entire width of the cut 15 2) Provides a visible indication of the depth of cut at all times, and uniformly 16 mixes the materials 17 C. Pulverization 18 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 19 1/2 inch sieve. 20 2. If the material cannot be uniformly processed to the required depth in a single pass, 21 excavate and windrow the material to expose a secondary grade to achieve 22 processing to depth as shown in the Drawings. 23 D. Application of Lime 24 1. Uniformly apply lime as shown on the Drawings or as directed. 25 2. Add lime at the percentage specified in Drawings. 26 3. Apply lime only on an area where mixing can be completed during the same 27 working day. 28 4. Minimize dust and scattering of lime by wind. Do not apply lime when wind 29 conditions,in the opinion of the City,cause blowing lime to become dangerous to 30 traffic or objectionable to adjacent property owners. 31 5. Slurry Placement 32 a. Hydrated Lime 33 1) Mix Lime with water and apply slurry 34 2) Apply Type B,commercial lime slurry,with a lime percentage not less 35 applicable for grade used 36 3) Distribute lime at the rate shown on the Drawings 37 4) Make successive passes over a measured surface of roadway until the 38 proper moisture and lime content have been achieved. 39 b. Quicklime 40 1) Spread the residue for the Quicklime slurrying procedure uniformly over 41 the length of the roadway. 42 2) Residue is primarily inert material with little stabilizing value;however, 43 may contain a small amount of Quicklime particles that slake slowly. A 44 concentration of these particles could cause the compacted stabilized 45 material to swell during slaking. 46 E. Mixing CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily No.2306 Revised December 20,2012 321129-7 LIME TREATED BASE COURSES Page 7 of 10 1 1. Begin mixing within 6 hours of application of lime. 2 2. Hydrated lime exposed to the open air for 6 hours or more between application and 3 mixing,or that experiences excessive loss due to washing or blowing,will not be 4 accepted for payment. 5 5 3. Thoroughly mix the material and lime using approved equipment. 6 4. Mix until a homogeneous,friable mixture of material and lime is obtained, free 7 from all clods and lumps. 8 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 9 6. Materials containing plastic clay or other materials that are not readily mixed with 10 lime shall be mixed as thoroughly as possible at the time of lime application, 11 brought to the proper moisture content and sealed with a pneumatic roller. 12 7. Allow the mixture to cure for 72 hours or as directed by City. 13 8. When pebble grade quicklime is used,allow the mixture to cure for 2 to 4 days. 14 9. Sprinkle the treated materials during the mixing and curing operation to achieve 15 adequate hydration and proper moisture content. 16 10. After curing,resume mixing until a homogeneous,friable mixture is obtained. 17 11. After mixing,City will sample the mixture at roadway moisture and test in 18 accordance with Tex-101-E,Part III,to determine compliance with the gradation 19 requirements in Table 5. 20 Table 5 21 Gradation Requirements(Minimum%Passing) Sieve Size Base 1-3/4 in. 100 3/4 in. 85 22 No.4 60 23 F. Compaction 24 1. General 25 a. Begin compaction immediately after final mixing. 26 b. Aerate and sprinkle as necessary to provide optimum moisture content. 27 c. Multiple lifts are permitted when shown on the Drawings or approved. 28 d. Bring each layer to the moisture content directed. 29 2. Rolling 30 a. Begin rolling longitudinally at the sides and proceed toward the center, 31 overlapping on successive trips by at least one-half the width of the roller unit. 32 b. On superelevated curves,begin rolling at the low side and progress toward the 33 high side. 34 c. Offset alternate trips of the roller. 35 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 36 e. Rework,recompact,and refinish material that fails to meet or that loses 37 required moisture,density,stability, or finish before the next course is placed or 38 the project is accepted. _ 39 1) Continue work until specification requirements are met. 40 2) Rework in accordance with Maintenance item of this Section. 41 f. Proof roll the lime treated base course in accordance with the following: 42 1) Proof Rolling CITY OF FORT WORTH Mosier Palley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321129-8 LIME TREATED BASE COURSES Page 8 of 10 1 a) City Project Representative must be on-site during proof rolling 2 operations. 3 b) Use equipment that will apply sufficient load to identify soft spots that 4 rut or pump. 5 (1) Acceptable equipment includes fully loaded single-axle water truck 6 with a 1500 gallon capacity. 7 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 8 d) Offset each trip by at most 1 tire width. 9 e) If an unstable or non-uniform area is found,correct the area. 10 2) Correct 11 a) Soft spots that rut or pump greater than 3/4 inch. 12 b) Areas that are unstable or non-uniform. 13 3. Density Control 14 a. Compact until the entire depth of the mixture has achieved a uniform density of 15 not less than 95 percent of the maximum density as determined by ASTM 16 D698. 17 b. Moisture content: minus 2 to plus 4 optimum. 18 G. Maintenance 19 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 20 to grade,crown and cross section until the overlaying or next course is constructed. 21 2. Keep surface of the compacted course moist until covered by other base or 22 pavement. 23 3. Reworking a Section 24 a. When a section is reworked within 72 hours after completion of compaction, 25 rework the section to provide the required density. 26 b. When a section is reworked more than 72 hours after completion of 27 compaction,add additional lime at 25 percent of the percentage specified. 28 c. Reworking includes loosening, adding material or removing unacceptable 29 material if necessary,mixing as directed,compacting,and finishing. 30 H. Finishing 31 1. After completing compaction of the final course,clip,skin,or tight-blade the 32 surface of the lime-treated material with a maintainer or subgrade trimmer to a 33 depth of approximately 1/4 inch. 34 2. Remove loosened material and dispose of at an approved location. 35 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 36 surface is attained. 37 4. Add small amounts of water as needed during rolling. 38 5. Shape and maintain the course and surface in conformity with the typical sections, 39 lines,and grades shown on the Drawings or as directed. 40 1. Curing 41 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 42 type: 43 a. Concrete pavement 44 1) Sprinkle with water 45 2) Maintain moisture during curing CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 321129-9 LIME TREATED BASE COURSES Page 9 of 10 - 1 3) Do not allow equipment on the finished course during curing except as 2 required for sprinkling. 3 b. Asphalt Pavement 4 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 5 2) Do not allow equipment on the finished course during curing. 6 Table 6 7 Minimum Curing Requirements Before Placing Subsequent Courses' Untreated Material Curing(Days) P1:9 35 2 PI>35 5 I.Subject to the approval of the City.Proof rolling may be required as an indicator of adequate curing. 8 2. Begin paving operations or add courses within 14 calendar days of final 9 compaction. 10 3.5 REPAIR/RESTORATION [NOT USED] 11 3.6 RE-INSTALLATION [NOT USED] t; 12 3.7 QUALITY CONTROL 13 A. Density Test 14 1. City Project Representative must be on site during density testing 15 2. City to measure density of lime treated base course in accordance with ASTM 16 D6938. 17 3. Spacing directed by City(1 per block minimum). 18 4. City Project Representative determines density testing locations. 19 B. Depth Test 20 1. In-place depth will be evaluated for each 500-foot roadway section 21 2. Determine in accordance with Tex-140-E in hand excavated holes. 22 3. For each 500-foot section, 3 phenolphthalein tests will be performed. 23 4. City Project Representative determines depth testing locations. 24 3.8 SYSTEM STARTUP [NOT USED] 25 3.9 ADJUSTING [NOT USED] 26 3.10 CLEANING [NOT USED] x+ 27 3.11 CLOSEOUT ACTIVITIES [NOT USED] 28 3.12 PROTECTION [NOT USED] 29 3.13 MAINTENANCE [NOT USED] 30 3.14 ATTACHMENTS [NOT USED] 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,No.2306 Revised December 20,2012 32 11 29-10 LIME TREATED BASE COURSES Page 10 of 10 1 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 1133-1 CEMENT TREATED BASE COURSES Page 1 of 7 1 SECTION 32 1133 2 CEMENT TREATED BASE COURSES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes 6 1. Treating subgrade, subbase and base courses by the pulverization,addition of 7 cement,mixing and compacting the mix material to the required density. 8 2. Item applies to the natural ground,embankment,existing pavement,base or 9 subbase courses placed and shall conform to the typical section, lines and grades 10 shown on the Drawings. 11 B. Deviations from City of Fort Worth Standards 12 1. None 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 15 2. Division 1 -General Requirements 16 3. Section 32 1123 -Flexible Base Courses 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Cement 20 a. Measurement 21 1) Measurement for this Item shall be by the ton(dry weight). 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per ton(dry weight)of Cement. 26 c. The price bid shall include: 27 1) Furnishing Cement material 28 2) All freight involved 29 3) All unloading, storing and handling 30 2. Cement Treatment 31 a. Measurement 32 1) Measurement for this Item shall be by the square yard of surface area. 33 2) The dimensions for determining the surface area are established by the 34 widths shown on the Drawings and the lengths measured at placement. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement'will be paid for at the unit 38 price bid per square yard of Cement Treatment placed for: 39 a) Various depths 40 c. The price bid shall include: 41 1) Pulverizing or providing the soil material 42 2) Handling,hauling and spreading dry or slurry cement CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 11 33-2 CEMENT TREATED BASE COURSES Page 2 of 7 1 3) Mixing the cement with the soil either in-place or in a mixing plant 2 4) Furnishing,hauling and mixing water with the soil-cement mixture 3 5) Spreading and shaping the mixture;compacting the mixture, including all 4 rolling required for compaction 5 6) Surface finishing 6 7) Water and sprinkling 7 8) Curing 8 1.3 REFERENCES 9 A. Reference Standards 10 1. Reference standards cited in this specification refer to the current reference standard 11 published at the time of the latest revision date logged at the end of this 12 specification,unless a date is specifically cited. 13 2. ASTM International(ASTM): 14 a. C150, Standard Specification for Portland Cement 15 b. D698, Standard Test Methods for Laboratory Compaction Characteristics of 16 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 17 3. Texas Department of Transportation(TxDOT) 18 a. Tex-101-E,Preparing soil and flexible base materials for testing 19 b. Tex-140-E,Measuring thickness of paving layers 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 ACTION SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTLAS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE,AND HANDLING 27 A. Truck Delivered Cement 28 1. Each truck ticket shall bear the weight of cement measured on certified scales. 29 2. Submit delivery tickets, certified by supplier,that include weight with each bulk 30 delivery of cement to the site. 31 1.11 FIELD [SITE] CONDITIONS 32 A. Start cement application only when the air temperature is at least 35 degrees F and 33 rising or is at least 40 degrees F. 34 B. Measure temperature in the shade away from artificial heat. 35 C. Suspend application when the City determines that weather conditions are unsuitable. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321133-3 CEMENT TREATED BASE COURSES Page 3 of 7 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. General 6 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 7 the Drawings and specifications. 8 2. Notify the City of the proposed material sources and of changes to material sources. 9 3. Obtain verification from the City that the specification requirements are met before 10 using the sources. 11 4. The City may sample and test project materials at any time before compaction. 12 B. Cement: ASTM C150 Type I,11 or 1P. 13 C. Flexible Base Courses: Furnish base material that meets the requirements of Section 32 14 1123 for the type and grade shown on the Drawings,before the addition of cement. 15 D. Water: Furnish water free of industrial wastes and other objectionable material. 16 2.3 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 3.3 PREPARATION 22 A. Shape existing material in accordance with applicable bid items to conform to typical 23 sections shown on the Drawings and as directed. 24 3.4 INSTALLATION 25 A. General 26 1. Produce a completed course of treated material containing: 27 a. Uniform Portland cement mixture, free from loose or segregated areas 28 b. Uniform density and moisture content 29 c. Well bound for full depth 30 d. With smooth surface and suitable for placing subsequent courses 31 2. Maximum layer depth of cement treatment in single layer: 8 inches. 32 3. For treated subgrade exceeding 8 inches deep,pulverize,apply cement,mix, 33 compact and finish in equal layers not exceeding 5 inches deep. 34 B. Equipment 35 1. Provide machinery,tools,and equipment necessary for proper execution of the 36 work. 37 2. Rollers CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 s 321133-4 CEMENT TREATED BASE COURSES Page 4 of 7 1 a. The Contractor may use any type of roller to meet the production rates and 2 quality requirements of the Contract unless otherwise shown on the Drawings 3 or directed. 4 b. When specific types of equipment are required,use equipment that meets the 5 specified requirements. 6 c. Alternate Equipment 7 1) Instead of the specified equipment,the Contractor may,as approved, 8 operate other compaction equipment that produces equivalent results. 9 2) Discontinue the use of the alternate equipment and furnish the specified 10 equipment if the desired results are not achieved. 11 d. City may require Contractor to substitute equipment if production rate and 12 quality requirements of the Contract are not met. 13 3. Slurry Equipment 14 a. Use slurry tanks equipped with agitation devices for cement application. 15 b. The City may approve other slurrying methods. 16 c. Provide a pump for agitating the slurry when the distributor truck is not 17 equipped with an agitator. 18 4. Pulverization Equipment 19 a. Provide pulverization equipment that: 20 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 21 plane to a uniform surface over the entire width of the cut 22 2) Provides a visible indication of the depth of cut at all times 23 3) Uniformly mixes the materials 24 C. Pulverization 25 1. Pulverize or scarify existing material after shaping so that 100 percent by dry 26 weight passes a 1 inch sieve,and 80 percent by dry weight passes a No. 4 sieve 27 exclusive of gravel or stone retained in sieves. 28 2. Pulverize recycled asphalt pavement so that 100 percent by dry weight passes a 2 29 inch sieve, and 60 percent by dry weight passes a No. 4 sieve exclusive of gravel or 30 stone retained in sieves. 31 D. Cement Application 32 1. Spread by an approved dry or slurry method uniformly on the soil at the rate 33 specified on the Drawings 34 2. If a bulk cement spreader is used,position by string lines or other approved method 35 during spreading to insure a uniform distribution of cement. 36 3. Apply to an area that all the operations can be continuous and completed in daylight 37 within 6-hours of initial application. 38 4. Do not exceed the quantity of cement that permits uniform and intimate mixture of 39 soil and cement during dry-mixing operations 40 5. Do not exceed the specified optimum moisture content for the soil and cement 41 mixture. 42 6. No equipment,except that used in the spreading and mixing, allowed to pass over 43 the freshly spread cement until it is mixed with the soil. 44 E. Mixing 45 1. Thoroughly mix the material and cement using approved equipment. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 04,No.2306 Revised December 20,2012 321133-5 CEMENT TREATED BASE COURSES Page 5 of 7 1 2. Mix until a homogeneous, friable mixture of material and cement is obtained, free 2 from all clods and lumps. 3 3. Keep mixture within moisture tolerances throughout the operation. p_ 4 4. Spread and shape the completed mixture in a uniform layer. 5 5. After mixing,the City shall sample the mixture at roadway moisture and test in 6 accordance with Tex 101 E,Part III,to determine compliance with the gradation 7 requirements in Table 1. 8 Table 1 9 Gradation Requirements Minimum%Passing Sieve Size Base 1-3/4 in. 100 3/4 in. 85 No.4 60 10 F. Compaction 11 1. Prior to the beginning of compaction,the mixture shall be in a loose condition for 12 its full depth. 13 2. Compact material to at least 95-percent of the maximum density as determined by 14 ASTM D698. 15 3. At the start of compaction,the percentage of moisture in the mixture and in un- 16 pulverized soil lumps shall be less than the quantity which shall cause the soil 17 cement mixture to become unstable during compaction and finishing. 18 4. When the uncompacted soil-cement mixture is wetted by rain so that the average 19 moisture content exceeds the tolerance given at the time of final compaction,the 20 entire section shall be reconstructed in accordance with this specification at the sole 21 expense of the Contractor. 22 5. The specified optimum moisture content and density shall be determined in the 23 field on the representative samples of soil-cement mixture obtained from the area 24 being processed. 25 6. Final moisture content shall be within minus-2 to plus-4-of-optimum. 26 7. Begin compaction after mixing and after gradation and moisture requirements have 27 been met. 28 8. Begin compaction at the bottom and continue until the entire depth of the mixture is 29 uniformly compacted. 30 9. Uniformly compact the mixture to the specified density within 2-hours. 31 10. After the soil and cement mixture is compacted uniformly apply water as needed 32 and thoroughly mix in. 33 11. Reshape the surface to the required lines,grades and cross section and then lightly 34 scarify to loosen any imprint left by the compacting or shaping equipment. 35 G. Maintenance 36 1. Maintain the soil-cement treatment in good condition from the time it first starts 37 work until all work shall is completed. 38 2. Maintenance includes immediate repairs of any defect that may occur after the 39 cement is applied. 40 3. Maintenance work shall be done by the Contractor at the Contractor's expense and 41 repeated as often as necessary to keep the area continuously intact. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci1)p No.2306 Revised December 20,2012 i 321133-6 CEMENT TREATED BASE COURSES Page 6 of 7 1 4. Repairs are to be made in such a manner as to insure restoration of a uniform 2 surface for the full depth of treatment. 3 5. Remedy any low area of treated subgrade by scarifying the surface to a depth of at 4 least 2 inches,filling the area with treated material and compacting. 5 6. Remedy any low area of subbase or base shall by replacing the material for the full 6 depth of subbase or base treatment rather than adding a thin layer of stabilized 7 material to the completed work. 8 H. Finishing 9 1. After completing compaction of the final course, clip,skin, or tight-blade the 10 surface of the cement-treated material with a maintainer or subgrade trimmer to a 11 depth of approximately 1/4 inch. 12 2. Remove loosened material and dispose of at an approved location. 13 3. Roll the clipped surface immediately with a pneumatic tire roller adding small 14 increments of moisture as needed and until a smooth surface is attained. 15 4. Add small amounts of water as needed during rolling. Shape and maintain the 16 course and surface in conformity with the typical sections,lines,and grades shown 17 on the Drawings or as directed. 18 5. Surface compaction and finishing shall proceed in such a manner as to produce,in 19 not more than 2-hours,a smooth,closely knit surface,free of cracks,ridges or loose 20 material, conforming to the drawn grade and line shown on the Drawings. 21 6. After the final layer or course of the cement modified soil has been compacted,it 22 shall be brought to the required lines and grades in accordance with the typical 23 sections. 24 7. The completed section shall then be finished by rolling with a pneumatic tire or 25 other suitable roller sufficiently to create micro cracking. 26 I. Curing 27 1. General 28 a. Cure for at least 48 hours. 29 b. Maintain the moisture content during curing at no lower than 2 percentage 30 points below optimum. 31 2. Curing method depends on finished pavement type: 32 a. Concrete pavement: 33 1) Sprinkle with water 34 2) Maintain moisture during curing 35 3) Do not allow equipment on the finished course during curing except as 36 required for sprinkling,unless otherwise approved. 37 b. Asphalt Pavement: 38 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 39 2) Do not allow equipment on the finished course during curing 40 3. Continue curing until paving operations begin. 41 3.5 REPAIR/RESTORATION [NOT USED] 42 3.6 RE-INSTALLATION [NOT USED] 43 3.7 FIELD QUALITY CONTROL 44 A. Density Test CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 11 33-7 CEMENT TREATED BASE COURSES Page 7 of 7 1 1. City Project Representative must be on site during density testing 2 2. City to measure density of cement treated base course in accordance with ASTM 3 D6938. 4 3. Spacing directed by City(1 per block minimum). 5 4. City Project Representative determines density testing locations. 6 B. Depth Test 7 1. Take minimum of one core per 500 linear feet per each direction of travel 8 staggering test location in each lane to determine in-place depth. 9 2. City Project Representative determines depth testing locations. 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 s CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 1216-1 ASPHALT PAVING Pagel of 25 1 SECTION 32 12 16 2 ASPHALT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Constructing a pavement layer composed of a compacted, dense-graded mixture of 7 aggregate and asphalt binder for surface or base courses 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 01 17-Permanent Asphalt Paving Repair 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Asphalt Pavement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of completed and 19 accepted asphalt pavement in its final position for various: 20 a) Thicknesses 21 b) Types 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"will be paid for at the unit 25 price bid per 26 c. The price bid shall include: 27 1) Shaping and fine grading the placement area 28 2) Furnishing,loading,unloading,storing,hauling and handling all materials 29 including freight and royalty 30 3) Traffic control for all testing 31 4) Asphalt, aggregate,and additive 32 5) Materials and work needed for corrective action 33 6) Trial batches 34 7) Tack coat 35 8) Removal and/or sweeping excess material 36 2. H.M.A.C. Transition 37 a. Measurement 38 1) Measurement for this Item shall be by the ton of composite Hot Mix 39 Asphalt required for H.M.A.C. Transition. 40 b. Payment CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 1216-2 ASPHALT PAVING Page 2 of 25 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per ton of Hot Mix Asphalt. 4 c. The price bid shall include: 5 1) Shaping and fine grading the roadbed 6 2) Furnishing,loading,unloading, storing,hauling and handling all materials 7 including freight and royalty 8 3) Traffic control for all testing 9 4) Asphalt, aggregate,and additive 10 5) Materials and work needed for corrective action 11 6) Trial batches 12 7) Tack coat 13 8) Removal and/or sweeping excess material 14 3. Asphalt Base Course 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of Asphalt Base 17 Course completed and accepted in its final position for: 18 a) Various thicknesses 19 b) Various types 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement"will be paid for at the unit 23 price bid per square yard of Asphalt Base Course. 24 c. The price bid shall include: 25 1) Shaping and fine grading the roadbed 26 2) Furnishing,loading,unloading, storing,hauling and handling all materials 27 including freight and royalty 28 3) Traffic control for all testing 29 4) Asphalt, aggregate,and additive 30 5) Materials and work needed for corrective action 31 6) Trial batches 32 7) Tack coat 33 8) Removal and/or sweeping excess material 34 4. H.M.A.C.Pavement Level Up 35 a. Measurement 36 1) Measurement for this Item shall be by the ton of H.M.A.C. completed and 37 accepted in its final position. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 and measured as provided under"Measurement"will be paid for at the unit 41 price bid per ton of H.M.A.C. 42 c. The price bid shall include: 43 1) Shaping and fine grading the roadbed 44 2) Furnishing,loading,unloading, storing,hauling and handling all materials 45 including freight and royalty 46 3) Traffic control for all testing 47 4) Asphalt,aggregate, and additive 48 5) Materials and work needed for corrective action 49 6) Trial batches 50 7) Tack coat CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-3 ASPHALT PAVING Page 3 of 25 1 8) Removal and/or sweeping excess material 2 5. H.M.A.C. Speed Cushion 3 a. Measurement 4 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 5 installed. 6 b. Payment 7 1) The work performed and materials furnished in accordance with this Item 8 and measured as provided under"Measurement"will be paid for at the unit 9 price bid per each H.M.A.C. Speed Cushion installed and accepted in its 10 final position. 11 c. The price bid shall include: 12 1) Shaping and fine grading the roadbed 13 2) Furnishing, loading,unloading,storing,hauling and handling all materials 14 including freight and royalty 15 3) Traffic control for all testing 16 4) Asphalt,aggregate,and additive 17 5) Materials and work needed for corrective action r 18 6) Trial batches 19 7) Tack coat 20 8) Removal and/or sweeping excess material 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. RAP(reclaimed asphalt pavement) 24 2. SAC (surface aggregate classification) 25 3. BRSQC(Bituminous Rated Source Quality Catalog) 26 4. AQMP(Aggregate Quality Monitoring Program) 27 5. H.M.A.C. (Hot Mix Asphalt Concrete) 28 6. WMA(Warm Mix Asphalt) 29 B. Reference Standards 30 1. Reference standards cited in this specification refer to the current reference standard 31 published at the time of the latest revision date logged at the end of this 32 specification,unless a date is specifically cited. 33 2. National Institute of Standards and Technology(NIST) 34 a. Handbook 44-2007 Edition: Specifications,Tolerances, and Other Technical 35 Requirements for Weighing and Measuring Devices 36 3. ASTM International(ASTM): 37 a. ASTM D6084-06 Standard Test Method for Elastic Recovery of Bituminous 38 Materials by Ductilometer 39 4. American Association of State Highway and Transportation Officials 40 a. MP2 Standard Specification for Superpave Volumetric Mix Design 41 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 42 (HMA) 43 c. T 201,Kinematic Viscosity of Asphalts(Bitumens) 44 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 45 Viscometer CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-4 ASPHALT PAVING Page 4 of 25 1 e. T 316 Standard Method of Test for Viscosity Determination of Asphalt Binder 2 Using Rotational Viscometer 3 f. TP 1-93 Test Method for Determining the Flexural Creep Stiffness of Asphalt 4 Binder Using the Bending Beam Rheometer(BBR) 5 5. Texas Department of Transportation 6 a. Bituminous Rated Source Quality Catalog(BRSQC) 7 b. TEX 100-E, Surveying and Sampling Soils for Highways 8 c. Tex 106-E, Calculating the Plasticity Index of Soils 9 d. Tex 107-E,Determining the Bar Linear Shrinkage of Soils 10 e. Tex 200-F, Sieve Analysis of Fine and Coarse Aggregates 11 f. Tex 203-F, Sand Equivalent Test 12 g. Tex-204-F,Design of Bituminous Mixtures 13 h. Tex-207-F,Determining Density of Compacted Bituminous Mixtures 14 i. Tex 217-F,Determining Deleterious Material and Decantation Test for Coarse 15 Aggregates 16 j. Tex-226-F,Indirect Tensile Strength Test 17 k. Tex-227-F,Theoretical Maximum Specific Gravity of Bituminous Mixtures 18 1. Tex-243-F,Tack Coat Adhesion 19 in. Tex-244-F,Thermal profile of Hot Mix Asphalt 20 n. Tex 280-F,Determination of Flat and Elongated Particles 21 o. Tex 406-A,Material Finer Than 75 µm(No. 200)Sieve in Mineral Aggregates 22 (Decantation Test for Concrete Aggregates) 23 p. Tex 408-A,Organic Impurities in Fine Aggregate for Concrete 24 q. Tex 410-A,Abrasion of Coarse Aggregate using the Los Angeles Machine 25 r. Tex 411-A, Soundness of Aggregate by Using Sodium Sulfate or Magnesium 26 s. Tex 460-A,Determining Crushed Face Particle Count 27 t. Tex 461-A,Degradation of Coarse Aggregate by Micro-Deval Abrasion 28 u. Sulfate 29 v. Tex-530-C,Effect of Water on Bituminous Paving Mixtures 30 w. Tex-540-C,Measurement of Polymer Separation on Heating in Modified 31 Asphalt Systems 32 x. Tex-541-C,Rolling Thin Film Oven Test for Asphalt Binders 33 y. Tex-920-K,Verifying the Accuracy of Drum Mix Plant Belt Scales 34 z. Tex-921-K,Verifying the Accuracy of Hot Mix Plant Asphalt Meters 35 aa. Tex 923-K,Verifying the Accuracy of Liquid Additive Metering Systems 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 ACTION SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-5 ASPHALT PAVING Page 5 of 25 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place mixture when the roadway surface temperature is equal to or higher than the 8 temperatures listed in Table 1. 9 Table 1 10 Minimum Pavement Surface Temperatures Minimum Pavement Surface Temperatures in Degrees Fahrenheit Originally Specified High Subsurface Layers or Surface Layers Placed in Temperature Binder Night Paving Operations Daylight Operations Grade PG64 or lower 45 50 PG 70 55' 1 60' PG 76 or higher 60' 60' 11 'Contractors may pave at temperatures 10°F lower than the values shown in Table 1 12 when utilizing a paving process including WMA or equipment that eliminates thermal 13 segregation. In such cases,the contractor must use either a hand held thermal camera 14 or a hand held infrared thermometer operated in accordance with Tex-244-F to 15 demonstrate to the satisfaction of the City that the uncompacted mat has no more than 16 10°F of thermal segregation. 17 18 2. Unless otherwise shown on the Drawings,place mixtures only when weather 19 conditions and moisture conditions of the roadway surface are suitable in the 20 opinion of the City. 21 22 1.12 WARRANTY[NOT USED] 23 PART 2- PRODUCTS 24 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. General 27 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 28 the Drawings and specifications. 29 2. Notify the City of all material sources. 30 3. Notify the City before changing any material source or formulation. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-6 ASPHALT PAVING Page 6 of 25 1 4. When the Contractor makes a source or formulation change,the City will verify 2 that the requirements of this specification are met and may require a new laboratory 3 mixture design,trial batch,or both. 4 5. The City may sample and test project materials at any time during the project to 5 verify compliance. 6 6. The depth of the compacted lift should be at least 2 times the nominal maximum 7 aggregate size. 8 B. Aggregate 9 1. General 10 a. Furnish aggregates from sources that conform to the requirements shown in 11 Table 1,and as specified in this Section,unless otherwise shown on the 12 Drawings. 13 b. Provide aggregate stockpiles that meet the definition in this Section for either 14 coarse aggregate or fine aggregate. 15 c. When reclaimed asphalt pavement(RAP)is allowed by Drawing note,provide 16 RAP stockpiles in accordance with this Section. 17 d. Aggregate from RAP is not required to meet Table 2 requirements unless 18 otherwise shown on the Drawings. 19 e. Supply mechanically crushed gravel or stone aggregates that meet the 20 definitions in Tex 100 E. 21 f. Samples must be from materials produced for the project. 22 g. The City will establish the surface aggregate classification(SAC)and perform 23 Los Angeles abrasion,magnesium sulfate soundness, and Micro-Deval tests. 24 h. Perform all other aggregate quality tests listed in Table 2. 25 i. Document all test results on the mixture design report. 26 j. The City may perform tests on independent or split samples to verify 27 Contractor test results. 28 k. Stockpile aggregates for each source and type separately and designate for the 29 City. 30 1. Determine aggregate gradations for mixture design and production testing 31 based on the washed sieve analysis given in Tex 200 F,Part II. 32 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate Quali Re uirements Property Test Method Requirement Coarse Aggregate SAC AQMP As shown on Drawings Deleterious material, percent,max Tex-217-F,Part I 1.5 Decantation, percent,max Tex-217-F,Part II 1.5 Micro-Deval abrasion, percent,max Tex-461-A Note 1 Los Angeles abrasion, percent,max Tex-410-A 40 Magnesium sulfate soundness, 5 cycles, percent,max Tex-411-A 302 Coarse aggregate angularity,2 crushed faces, Tex 460-A,Part I 853 percent,min Flat and elongated particles 5:1, percent,max Tex-280-F 10 Fine Aggregate Linear shrinkage, percent,max Tex-107-E 3 Combined Aggregate Sandequivalent, percent,min Tex-203-F 45 1.Not used for acceptance purposes.Used by the City as an indicator of the need for further investigation. 2.Unless otherwise shown on the Drawings. 3.Unless otherwise shown on the Drawings.Only applies to crushed gravel. 1 in. Coarse Aggregate 2 1) Coarse aggregate stockpiles must have no more than 20 percent material 3 passing the No. 8 sieve. 4 2) Maximum aggregate size should not be over half of the proposed lift depth 5 to prevent particle on particle contact issues. 6 3) Provide aggregates from sources listed in the BRSQC. 7 4) Provide aggregate from unlisted sources only when tested by the City 8 and/or approved before use. 9 5) Allow 30 calendar days for the City to sample,test,and report results for 10 unlisted sources. 11 6) Class B aggregate meeting all other requirements in Table 2 may be 12 blended with a Class A aggregate in order to meet requirements for Class A 13 materials. 14 7) When blending Class A and B aggregates to meet a Class A requirement, 15 ensure that at least 50 percent by weight of the material retained on the 16 No. 4 sieve comes from the Class A aggregate source. 17 8) Blend by volume if the bulk specific gravities of the Class A and B 18 aggregates differ by more than 0.300. 19 9) When blending, do not use Class C or D aggregates. 20 10) For blending purposes,coarse aggregate from RAP will be considered as 21 Class B aggregate. 22 11) Provide coarse aggregate with at least the minimum SAC shown on the 23 Drawings. 24 12) SAC requirements apply only to aggregates used on the surface of travel 25 lanes,unless otherwise shown on the Drawings. 26 n. RAP is salvaged,milled,pulverized,broken,or crushed asphalt pavement. 27 1) No RAP permitted for TYPE D H.M.A.C. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-8 ASPHALT PAVING Page 8 of 25 1 2) Use no more than 20 percent RAP on TYPE B H.M.A.C. unless otherwise 2 shown on the Drawings. 3 3) Crush or break RAP so that 100 percent of the particles pass the 2 inch 4 sieve. 5 4) RAP from either Contractor or City,including RAP generated during the 6 project,is permitted only when shown on the Drawings. 7 5) City-owned RAP,if allowed for use,will be available at the location 8 shown on the Drawings. 9 6) When RAP is used,determine asphalt content and gradation for mixture 10 design purposes. 11 7) Perform other tests on RAP when shown on the Drawings. 12 8) When RAP is allowed by plan note,use no more than 30 percent RAP in 13 Type A or B mixtures unless otherwise shown on the Drawings. 14 9) Do not use RAP contaminated with dirt or other objectionable materials. 15 10) Do not use the RAP if the decantation value exceeds 5 percent and the 16 plasticity index is greater than 8. 17 11) Test the stockpiled RAP for decantation in accordance with the laboratory 18 method given in Tex-406-A,Part I. 19 12) Determine the plasticity index using Tex-106-E if the decantation value 20 exceeds 5 percent. 21 13) The decantation and plasticity index requirements do not apply to RAP 22 samples with asphalt removed by extraction. 23 14) Do not intermingle Contractor-owned RAP stockpiles with City-owned 24 RAP stockpiles. 25 15) Remove unused Contractor-owned RAP material from the project site upon 26 completion of the project. 27 16) Return unused City-owned RAP to the designated stockpile location. 28 o. Fine Aggregate 29 1) Fine aggregates consist of manufactured sands,screenings,and field sands. 30 2) Fine aggregate stockpiles must meet the gradation requirements in Table 3. 31 3) Supply fine aggregates that are free from organic impurities. 32 4) The City may test the fine aggregate in accordance with Tex-408-A to 33 verify the material is free from organic impurities. 34 5) At most 15 percent of the total aggregate may be field sand or other 35 uncrushed fine aggregate. 36 6) With the exception of field sand,use fine aggregate from coarse aggregate 37 sources that meet the requirements shown in Table 2,unless otherwise 38 approved. 39 7) If 10 percent or more of the stockpile is retained on the No. 4 sieve,test the 40 stockpile and verify that it meets the requirements in Table 1 for coarse 41 aggregate angularity(Tex-460-A)and flat and elongated particles 42 (Tex-280-F). CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 12 16-9 ASPHALT PAVING Page 9 of 25 Table 3 Gradation Requirements for Fine Aggregate percent Passing by Weight or Sieve Size Volume 3/8" 100 #8 70-100 #200 0-30 1 2 2. Mineral Filler 3 a. Mineral filler consists of finely divided mineral matter such as agricultural 4 lime,crusher fines,hydrated lime,cement,or fly ash. 5 b. Mineral filler is allowed unless otherwise shown on the Drawings. 6 c. Do not use more than 2 percent hydrated lime or cement,unless otherwise 7 shown on the Drawings. The Drawings may require or disallow specific 8 mineral fillers.When used,provide mineral filler that: 9 1) Is sufficiently dry, free-flowing,and free from clumps and foreign matter; 10 2) Does not exceed 3 percent linear shrinkage when tested in accordance with 11 Tex-107-E;and meets the gradation requirements in Table 4. 12 Table 4 13 Gradation Requirements for Mineral Filler percent Passing by Weight or Sieve Size Volume #8 100 #200 55-100 14 15 3. Baghouse Fines 16 a. Fines collected by the baghouse or other dust-collecting equipment may be 17 reintroduced into the mixing drum 18 4. Asphalt Binder 19 a. Furnish the type and grade of performance-graded(PG)asphalt binder specified 20 as follows: 21 1) Performance-Graded Binders(PG Binders) 22 a) Must be smooth and homogeneous 23 b) Show no separation when tested in accordance with Tex-540-C 24 c) Meet Table 5 requirements r CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cita No.2306 Revised December 20,2012 00 o Z 24 N ri O a. 00N M Q a a N v N 0No 0N0 W ^ O d i 00 00 i �p N /� N Cti N v ^ N O n M i p M ti O Lh a V 00 w O C n N U CJ oN M V N O N p L' Swn y w w 0000 o �l E � � `� �, /� N o a a 00 C7 N 00 ' ri N ° I z o, v w N n N I O A au U _O U O U O F O .. a� N d a) CA. CD 00.. v O `) ° z Vi y 4J y y. O �l O00 �l > y O V O N V F ce a� 0 X F cd �n E" c� rx U � A. s y� s y 0 LnoN Ln V Ow p ai P, aq s cd rA * v * w d A U m cd C7 H O A � T � . mcd z 00 N 00 00 y ^C7 N N � �•Q >;y w 00 N 'n a .a• c M Q W 00 �p 1p '3 aOi c Q y •�M Y 7 rte,s ,_ *fi O c a e� o N . d Y c y c 0 c > 00 N 00 00 O 0.c O O �p N N 1 1 � � U •� � ° c p U C G U p0. >, cd.� U N sU.,• �O 00 b O in N ti .-i N 1 i .ti .d � .X o0. •�[- � 'o m o .� d M N N a. 0 O cl "O T c4E w o Q o CJ N d =° d I N d C cd N •y O en U C4 N 1W N `0. c� a�•x -0.011-0 0 •� o A o.� >00 = v � � d' d' o� �• V• a0.. �� b?' .n � o q L a .--1 ° A o oo 00 00 V1 N 00 W 1COO a co c'b y ^5 40. 'G y 1.0 00 :.". .Y .o > m'> ca ocu" ° Ci •--� N N w civ aci b 0 Con ti ° 00 N a, N °° °'o w a0 � � ti rz c o o¢ E?w O 0. o 0v E U U N t-6 E0-* o •• c o o b Fi O y O c ccv N ° � F- C y ° � F7 O A .H.•X � �� O Q w � U a�.L�'� c•�i is.� � Q D 1 C b Ay sem- oo °o co 00 0 � EabUcoEo� d O C) '� �p Cs > .N o � y F o h o C w c 3 0,d ° M ° O ,� in .M-•i N cv N0. .2 o 3 v U 0 C'sdmc �w yH EMo C n c-, °• i2oYna > � �¢•" y M ?O�6w71 y� U *C7 E'ii•-"•'•1'i N ? H+y' v� Gz H+G' °' h=ai n c�° O ri 3 �z VaaE0 vKQ• O N 44y C)=cts c4to 7i puw ai E a £ u Q Ca > `- :z '6 how° E a F 32 1216-12 ASPHALT PAVING Page 12 of 25 1 2 b. Separation testing is not required if- 3 1) A modifier is introduced separately at the mix plant either by injection in 4 the asphalt line or mixer, 5 2) The binder is blended on site in continuously agitated tanks,or binder 6 acceptance is based on field samples taken from an in-line sampling port at 7 the hot mix plant after the addition of modifiers. 8 5. Tack Coat 9 a. Unless otherwise shown on the Drawings or approved,furnish CSS-1H, SS-1H, 10 or a PG binder with a minimum high-temperature grade of PG 58 for tack coat 11 binder in accordance with Section 2.2.A.5. 12 6. Additives 13 a. General 14 1) When shown on the Drawings,use the type and rate of additive specified. 15 2) Other additives that facilitate mixing or improve the quality of the mixture 16 may be allowed when approved. 17 b. Liquid Antistripping Agent 18 1) Furnish and incorporate all required asphalt antistripping agents in asphalt 19 concrete paving mixtures and asphalt-stabilized base mixtures to meet 20 moisture resistance testing requirements. 21 2) Provide a liquid antistripping agent that is uniform and shows no evidence 22 of crystallization, settling,or separation. 23 3) Ensure that all liquid antistripping agents arrive in: 24 a) Properly labeled and unopened containers, as shipped from the 25 manufacturer,or 26 b) Sealed tank trucks with an invoice to show contents and quantities 27 c) Provide product information to the City including: 28 (1) Material safety data sheet 29 (2) Specific gravity of the agent at the manufacturer's recommended 30 addition temperature, 31 (3) Manufacturer's recommended dosage range,and 32 (4) Handling and storage instructions 33 4) Addition of lime or a liquid antistripping agent at the Mix Plant, 34 incorporate into the binder as follows: 35 a) Handle in accordance with the manufacturer's recommendations. 36 b) Add at the manufacturer's recommended addition temperature. 37 c) Add into the asphalt line by means of an in-line-metering device. 38 c. Liquid Asphalt Additive Meters 39 1) Provide a means to check the accuracy of meter output for asphalt primer, 40 fluxing material,and liquid additives. 41 2) Furnish a meter that reads in increments of 0.1 gal. or less. 42 3) Verify accuracy of the meter in accordance with Tex-923-K. 43 4) Ensure the accuracy of the meter within 5.0 percent. 44 7. Mixes 45 a. Design Requirements 46 1) Unless otherwise shown on the Drawings,use the typical weight design 47 example given in Tex-204-F,Part I,to design a mixture meeting the 48 requirements listed in Tables 2 through 8. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 12 16-13 ASPHALT PAVING Page 13 of 25 1 2) Furnish the City with representative samples of all materials used in the 2 mixture design. 3 3) The City will verify the mixture design. 4 4) If the design cannot be verified by the City,furnish another mixture design. 5 Table 6 Master Gradation Bands (percent Passing by Weight or Volume) and Volumetric Properties Sieve B C D Size Fine Coarse Fine Base Surface Surface 1-1/2" - - - 1" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 1/211 - - 98.0-100.0 3/8" 60.0-80.0 70.0-85.0 85.0-100.0 #4 40.0-60.0 43.0-63.0 50.0-70.0 #8 29.03.0 32.04.0 35.06.0 #30 13.0-28.0 14.0-28.0 15.0-29.0 #50 6.0-20.0 7.0-21.0 7.0-20.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA', percent Minimum 13.0 14.0 15.0 Plant-Produced VMA, percent Minimum 12.0 13.0 14.0 1.Voids in Mineral Aggregates. 6 7 8 Table 7 9 Laboratory Mixture Desi n Properties 10 Test 11 Property Method Requirement 12 Target laboratory-molded density, percent Tex-207-F 96.0' 13 Tensile strength(dry),psi(molded to 93 2 14 percent fl percent density) Tex-226-F 85-200 15 Boil testa Tex-530-C - 16 1.Unless otherwise shown on the Drawings. 17 2.May exceed 200 psi when approved and may be waived when approved. 18 3.Used to establish baseline for comparison to production results.May be waived when 19 approved. 20 8. Warm Mix Asphalt(WMA) 21 a. WMA is defined as additives or processes that allow a reduction in the 22 temperature at which asphalt mixtures are produced and placed. 23 b. WMA is allowed for use at the Contractor's option unless otherwise shown on 24 the Drawings. 25 c. Produce an asphalt mixture within the temperature range of 215 degrees F and 26 275 degrees F. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings,produce an asphalt mixture within 73 the temperature range of 215 degrees F and 275 degrees F. 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION 10 A. Hauling Operations 11 1. Before use,clean all truck beds to ensure mixture is not contaminated. 12 2. When a release agent is necessary to coat truck beds,use a release agent approved 13 by the City. 14 3. Petroleum based products, such as diesel fuel, should not be used. 15 4. If wind,rain,temperature or haul distance impacts cooling,insulate truck beds or 16 cover the truck bed with tarpaulin. 17 5. If haul time in project is to be greater than 30 minutes,insulate truck beds or cover 18 the truck bed with tarpaulin. 19 3.4 INSTALLATION 20 A. Equipment 21 1. General 22 a. Provide required or necessary equipment to produce,haul,place,compact,and 23 core asphalt concrete pavement. 24 b. Ensure weighing and measuring equipment complies with specification. 25 c. Synchronize equipment to produce a mixture meeting the required proportions. 26 2. Production Equipment 27 a. Provide: 28 1) Drum-mix type,weigh-batch,or modified weigh-batch mixing plants that 29 ensure a uniform,continuous production 30 2) Automatic proportioning and measuring devices with interlock cut-off 31 circuits that stop operations if the control system malfunctions 32 3) Visible readouts indicating the weight or volume of asphalt and aggregate 33 proportions 34 4) Safe and accurate means to take required samples by inspection forces 35 5) Permanent means to check the output of metering devices and to perform 36 calibration and weight checks 37 6) Additive-feed systems to ensure a uniform,continuous material flow in the 38 desired proportion 39 3. Weighing and Measuring Equipment 40 a. General 41 1) Provide weighing and measuring equipment for materials measured or 42 proportioned by weight or volume. CITY OF FORT WORTH Mosier ValleyPark STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 12 16-15 ASPHALT PAVING Page 15 of 25 1 2) Provide certified scales,scale installations,and measuring equipment 2 meeting the requirements of NIST Handbook 44, except that the required 3 accuracy must be 0.4 percent of the material being weighed or measured. 4 3) Furnish leak-free weighing containers large enough to hold a complete 5 batch of the material being measured. 6 b. Truck Scales 7 1) Furnish platform truck scales capable of weighing the entire truck or truck- 8 trailer combination in a single draft. 9 c. Aggregate Batching Scales 10 1) Equip scales used for weighing aggregate with a quick adjustment at zero 11 that provides for any change in tare. 12 2) Provide a visual means that indicates the required weight for each 13 aggregate. 14 d. Suspended Hopper 15 1) Provide a means for the addition or the removal of small amounts of 16 material to adjust the quantity to the exact weight per batch. 17 2) Ensure the scale equipment is level. 18 e. Belt Scales 19 1) Use belt scales for proportioning aggregate that are accurate to within 1.0 20 percent based on the average of 3 test runs,where no individual test run 21 exceeds 2.0 percent when checked in accordance with Tex-920-K. 22 f. Asphalt Material Meter 23 1) Provide an asphalt material meter with an automatic digital display of the 24 volume or weight of asphalt material. 25 2) Verify the accuracy of the meter in accordance with Tex-921-K. 26 3) When using the asphalt meter for payment purposes,ensure the accuracy of 27 the meter is within 0.4 percent. 28 4) When used to measure component materials only and not for payment, 29 ensure the accuracy of the meter is within 1.0 percent. 30 g. Liquid Asphalt Additive Meters 31 1) Provide a means to check the accuracy of meter output for asphalt primer, 32 fluxing material,and liquid additives. 33 2) Furnish a meter that reads in increments of 0.1 gallon or less. 34 3) Verify accuracy of the meter in accordance with Tex-923-K. 35 4) Ensure the accuracy of the meter within 5.0 percent. 36 4. Drum-Mix Plants.Provide a mixing plant that complies with the requirements 37 below. 38 a. Aggregate Feed System 39 1) Provide: 40 a) A minimum of 1 cold aggregate bin for each stockpile of individual 41 materials used to produce the mix 42 b) Bins designed to prevent overflow of material 43 c) Scalping screens or other approved methods to remove any oversized 44 material,roots,or other objectionable materials 45 d) A feed system to ensure a uniform, continuous material flow in the 46 desired proportion to the dryer 47 e) An integrated means for moisture compensation 48 f) Belt scales,weigh box,or other approved devices to measure the 49 weight of the combined aggregate CITY OF FORT WORTH Mosier Yalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-16 ASPHALT PAVING Page 16 of 25 1 g) Cold aggregate bin flow indicators that automatically signal interrupted 2 material flow 3 b. Reclaimed Asphalt Pavement(RAP)Feed System 4 1) Provide a separate system to weigh and feed RAP into the hot mix plant. 5 c. Mineral Filler Feed System 6 1) Provide a closed system for mineral filler that maintains a constant supply 7 with minimal loss of material through the exhaust system. 8 2) Interlock the measuring device into the automatic plant controls to 9 automatically adjust the supply of mineral filler to plant production and 10 provide a consistent percentage to the mixture. 11 d. Heating,Drying,and Mixing Systems 12 1) Provide: 13 a) A dryer or mixing system to agitate the aggregate during heating 14 b) A heating system that controls the temperature during production to 15 prevent aggregate and asphalt binder damage 16 c) A heating system that completely burns fuel and leaves no residue 17 d) A recording thermometer that continuously measures and records the 18 mixture discharge temperature 19 e) Dust collection system to collect excess dust escaping from the drum. 20 e. Asphalt Binder Equipment 21 1) Supply equipment to heat binder to the required temperature. 22 2) Equip the heating apparatus with a continuously recording thermometer 23 located at the highest temperature point. 24 3) Produce a 24 hour chart of the recorded temperature. 25 4) Place a device with automatic temperature compensation that accurately 26 meters the binder in the line leading to the mixer. 27 5) Furnish a sampling port on the line between the storage tank and mixer. 28 Supply an additional sampling port between any additive blending device 29 and mixer. 30 f. Mixture Storage and Discharge 31 1) Provide a surge-storage system to minimize interruptions during operations 32 unless otherwise approved. 33 2) Furnish a gob hopper or other device to minimize segregation in the bin. 34 3) Provide an automated system that weighs the mixture upon discharge and 35 produces a ticket showing: 36 a) Date 37 b) Project identification number 38 c) Plant identification 39 d) Mix identification 40 e) Vehicle identification 41 f) Total weight of the load 42 g) Tare weight of the vehicle 43 h) Weight of mixture in each load 44 i) Load number or sequential ticket number for the day 45 g. Truck Scales 46 1) Provide standard platform scales at an approved location. 47 5. Weigh-Batch Plants.Provide a mixing plant that complies with Section 2.2.13.4 48 "Drum-Mix Plants,"except as required below: 49 a. Screening and Proportioning CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-17 ASPHALT PAVING Page 17 of 25 1 1) Provide enough hot bins to separate the aggregate and to control 2 proportioning of the mixture type specified. 3 a) Supply bins that discard excessive and oversized material through 4 overflow chutes. 5 b) Provide safe access for inspectors to obtain samples from the hot bins. 6 b. Aggregate Weigh Box and Batching Scales 7 1) Provide a weigh box and batching scales to hold and weigh a complete 8 batch of aggregate. 9 2) Provide an automatic proportioning system with low bin indicators that 10 automatically stop when material level in any bin is not sufficient to 11 complete the batch. 12 c. Asphalt Binder Measuring System 13 1) Provide bucket and scales of sufficient capacity to hold and weigh binder 14 for 1 batch. 15 d. Mixer 16 1) Equipment mixers with an adjustable automatic timer that controls the dry 17 and wet mixing period and locks the discharge doors for the required 18 mixing period 19 2) Furnish a pug mill with a mixing chamber large enough to prevent spillage. 20 6. Modified Weigh-Batch Plants. Provide a mixing plant that complies with Section 21 2.2.B.5. "Weigh-Batch Plants,"except as specifically described below. 22 a. Aggregate Feeds 23 1) Aggregate control is required at the cold feeds. Hot bin screens are not 24 required. 25 b. Surge Bins 26 1) Provide 1 or more bins large enough to produce 1 complete batch of 27 mixture. 28 c. Hauling Equipment 29 1) Provide trucks with enclosed sides to prevent asphalt mixture loss. 30 2) Cover each load of mixture with waterproof tarpaulins. 31 3) Before use,clean all truck beds to ensure the mixture is not contaminated. 32 4) When necessary,coat the inside truck beds with an approved release agent 33 from the City. 34 d. Placement and Compaction Equipment 35 1) Provide equipment that does not damage underlying pavement. 36 2) Comply with laws and regulations concerning overweight vehicles. 37 3) When permitted,other equipment that will consistently produce satisfactory 38 results may be used. 39 7. Asphalt Paver 40 a. General 41 1) Furnish a paver that will produce a finished surface that meets longitudinal 42 and transverse profile,typical section, and placement requirements. 43 2) Ensure the paver does not support the weight of any portion of hauling 44 equipment other than the connection. 45 3) Provide loading equipment that does not transmit vibrations or other 46 motions to the paver that adversely affect the finished pavement quality. 47 4) Equip the paver with an automatic,dual,longitudinal-grade control system 48 and an automatic,transverse-grade control system. 49 b. Tractor Unit CITY OF FORT WORTH Mosier galley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-18 ASPHALT PAVING Page 18 of 25 1 1) Supply a tractor unit that can push or propel vehicles, dumping directly into 2 the finishing machine to obtain the desired lines and grades to eliminate any 3 hand finishing. 4 2) Equip the unit with a hitch sufficient to maintain contact between the 5 hauling equipment's rear wheels and the finishing machine's pusher rollers 6 while mixture is unloaded. 7 c. Screed 8 1) Provide a heated compacting screed that will produce a finished surface 9 that meets longitudinal and transverse profile,typical section, and 10 placement requirements. 11 2) Screed extensions must provide the same compacting action and heating as 12 the main unit unless otherwise approved. 13 d. Grade Reference 14 1) Provide a grade reference with enough support that the maximum 15 deflection does not exceed 1/16 inch between supports. 16 2) Ensure that the longitudinal controls can operate from any longitudinal 17 grade reference including a string line, ski,mobile string line, or matching 18 shoes. 19 3) Furnish paver skis or mobile string line at least 40 feet long unless 20 otherwise approved. 21 8. Material Transfer Devices 22 a. Provide the specified type of device when shown on the Drawings. 23 b. Ensure the devices provide a continuous,uniform mixture flow to the asphalt 24 paver. 25 c. When used,provide windrow pick-up equipment constructed to pick up 26 substantially all roadway mixture placed in the windrow. 27 9. Remixing Equipment 28 a. When required,provide equipment that includes a pug mill,variable pitch 29 augers,or variable diameter augers operating under a storage unit with a 30 minimum capacity of 8 tons. 31 10. Motor Grader 32 a. When allowed,provide a self-propelled grader with a blade length of at least 12 33 feet and a wheelbase of at least 16 feet. 34 11. Handheld Infrared Thermometer 35 a. Provide a handheld infrared thermometer meeting the requirements of 36 Tex-244-F. 37 12. Rollers 38 a. The Contractor may use any type of roller to meet the production rates and 39 quality requirements of the Contract unless otherwise shown on the Drawings 40 or directed. 41 b. When specific types of equipment are required,use equipment that meets the 42 specified requirements. 43 c. Alternate Equipment 44 1) Instead of the specified equipment,the Contractor may, as approved, 45 operate other compaction equipment that produces equivalent results. 46 2) Discontinue the use of the alternate equipment and furnish the specified 47 equipment if the desired results are not achieved. 48 d. City may require Contractor to substitute equipment if production rate and 49 quality requirements of the Contract are not met. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-19 ASPHALT PAVING Page 19 of 25 1 13. Straightedges and Templates.Furnish 10 foot straightedges and other templates as 2 required or approved. 3 14. Distributor vehicles 4 a. Furnish vehicle that can achieve a uniform tack coat placement. 5 b. The nozzle patterns,spray bar height and distribution pressure must work 6 together to produce uniform application. 7 c. The vehicle should be set to provide a"double lap"or"triple lap"coverage. 8 d. Nozzle spray patterns should be identical to one another along the distributor 9 spray bar. 10 e. Spray bar height should remain constant. 11 f. Pressure within the distributor must be capable of forcing the tack coat material 12 out of spray nozzles at a constant rate. 13 15. Coring Equipment -. 14 a. When coring is required,provide equipment suitable to obtain a pavement 15 specimen meeting the dimensions for testing. 16 B. Construction 17 1. Design,produce,store,transport,place,and compact the specified paving mixture 18 in accordance with the requirements of this Section. 19 2. Unless otherwise shown on the Drawings,provide the mix design. 20 3. The City will perform quality assurance(QA)testing. 21 4. Provide quality control(QC)testing as needed to meet the requirements of this 22 Section. 23 C. Production Operations 24 1. General 25 a. The City may suspend production for noncompliance with this Section. 26 b. Take corrective action and obtain approval to proceed after any production 27 suspension for noncompliance. 28 2. Operational Tolerances 29 a. Stop production if testing indicates tolerances are exceeded on any of the 30 following: 31 1) 3 consecutive tests on any individual sieve 32 2) 4 consecutive tests on any of the sieves 33 3) 2 consecutive tests on asphalt content 34 b. Begin production only when test results or other information indicate,to the 35 satisfaction of the City,that the next mixture produced will be within Table 9 36 tolerances. 37 3. Storage and Heating of Materials 38 a. Do not heat the asphalt binder above the temperatures specified in Section 39 2.2.A. or outside the manufacturer's recommended values. 40 b. On a daily basis,provide the City with the records of asphalt binder and hot- 41 mix asphalt discharge temperatures in accordance with Table 10. 42 c. Unless otherwise approved,do not store mixture for a period long enough to 43 affect the quality of the mixture,nor in any case longer than 12 hours. 44 4. Mixing and Discharge of Materials 45 a. Notify the City of the target discharge temperature and produce the mixture 46 within 25 degrees F of the target. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3212 16-20 ASPHALT PAVING Page 20 of 25 1 b. Monitor the temperature of the material in the truck before shipping to ensure 2 that it does not exceed 350 degrees F. The City will not pay for or allow 3 placement of any mixture produced at more than 350 degrees F. 4 c. Control the mixing time and temperature so that substantially all moisture is 5 removed from the mixture before discharging from the plant. 6 D. Placement Operations 7 1. Place the mixture to meet the typical section requirements and produce a smooth, 8 finished surface or base course with a uniform appearance and texture. 9 2. Offset longitudinal joints of successive courses of hot mix by at least 6 inches. 10 3. Place mixture so longitudinal joints on the surface course coincide with lane lines, 11 or as directed. Ensure that all finished surfaces will drain properly. 12 4. When End Dump Trucks are used, ensure the bed does not contact the paver when 13 raised. 14 5. Placement can be performed by hand in situations where the paver cannot place it 15 adequately due to space restrictions. 16 6. Hand-placing should be minimized to prevent aggregate segregation and surface 17 texture issues. 18 7. All hand placement shall be checked with a straightedge or template before rolling 19 to ensure uniformity. 20 8. Place mixture within the compacted lift thickness shown in Table 9,unless 21 otherwise shown on the Drawings or otherwise directed. 22 Table 9 23 Com acted Lift Thickness and Required Core Height Compacted Lift Thickness Mixture Type Minimum Maximum in. in. B 2.00 3.00 C 2.00 2.50 D 1.50 2.00 24 25 9. Tack Coat 26 a. Clean the surface before placing the tack coat.Unless otherwise approved, 27 apply tack coat uniformly at the rate directed by the City. 28 b. The City will set the rate between 0.04 and 0.10 gallons of residual asphalt per 29 square yard of surface area. 30 c. Apply a thin,uniform tack coat to all contact surfaces of curbs, structures, and 31 all joints. 32 d. Prevent splattering of tack coat when placed adjacent to curb, gutter,metal 33 beam guard fence and structures. 34 e. Roll the tack coat with a pneumatic-tire roller when directed. 35 £ The City may use Tex-243-F to verify that the tack coat has adequate adhesive 36 properties. 37 g. The City may suspend paving operations until there is adequate adhesion. 38 h. The tack coat should be placed with enough time to break or set before 39 applying hot mix asphalt layers. 40 i. Traffic should not be allowed on tack coats. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 32 1216-21 ASPHALT PAVING Page 21 of 25 1 j. When a tacked road surface must be opened to traffic,they should be covered 2 with sand to provide friction and prevent pick-up. 3 k. A typical rate for applying a sand cover is 4 to 8 lbs/square yard. 4 10. General placement requirements 5 a. Material should be delivered to maintain a relatively constant head of material 6 in front of the screed. 7 b. The hopper should never be allowed to empty during paving. 8 c. Dumping wings between trucks not allowed. Dispose of at end of days 9 production. 10 E. Lay-Down Operation 11 1. Minimum Mixture Placement Temperatures. Use Table 10 for minimum mixture 12 placement temperatures. 13 2. Windrow Operations. When hot mix is placed in windrows, operate windrow 14 pickup equipment so that substantially all the mixture deposited on the roadbed is 15 picked up and loaded into the paver. 16 Table 10 17 Suggested Minimum Mixture Placement Temperature High-Temperature Minimum Placement Binder Grade Temperature Before Entering Paver PG 64 or lower 260°F PG 70 270°F PG 76 280°F PG 82 or higher I 290°F 18 F. Compaction 19 1. Use air void control unless ordinary compaction control is specified on the 20 Drawings. 21 2. Avoid displacement of the mixture. If displacement occurs,correct to the 22 satisfaction of the City. 23 3. Ensure pavement is fully compacted before allowing rollers to stand on the 24 pavement. 25 4. Unless otherwise directed,use only water or an approved release agent on rollers, 26 tamps, and other compaction equipment. 27 5. Keep diesel,gasoline,oil,grease,and other foreign matter off the mixture. 28 6. Unless otherwise directed,operate vibratory rollers in static mode when not 29 compacting,when changing directions,or when the plan depth of the pavement mat 30 is less than 1-1/2 inches. 31 7. Use tamps to thoroughly compact the edges of the pavement along curbs,headers, 32 and similar structures and in locations that will not allow thorough compaction with 33 the rollers. 34 8. The City may require rolling with a trench roller on widened areas,in trenches,and 35 in other limited areas. 36 9. Allow the compacted pavement to cool to 160 degrees F or lower before opening to 37 traffic unless otherwise directed. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-22 ASPHALT PAVING Page 22 of 25 1 10. When directed,sprinkle the finished mat with water or limewater to expedite 2 opening the roadway to traffic. 3 11. Air Void Control 4 a. General 5 1) Compact dense-graded hot-mix asphalt to contain from 5 percent to 9 6 percent in-place air voids. 7 2) Do not increase the asphalt content of the mixture to reduce pavement air 8 voids. 9 b. Rollers 10 1) Furnish the type, size, and number of rollers required for compaction,as 11 approved. 12 2) Use a pneumatic-tire roller to seal the surface,unless otherwise shown on 13 the Drawings. 14 3) Use additional rollers as required to remove any roller marks. 15 c. Air Void Determination 16 1) Unless otherwise shown on the Drawings,obtain 2 roadway specimens at 17 each location selected by the City for in-place air void determination. 18 2) The City will measure air voids in accordance with Tex-207-F and 19 Tex-227-F. 20 3) Before drying to a constant weight,cores may be predried using a Corelok 21 or similar vacuum device to remove excess moisture. 22 4) The City will use the average air void content of the 2 cores to calculate the 23 in-place air voids at the selected location. 24 d. Air Voids Out of Range 25 1) If the in-place air void content in the compacted mixture is below 5 percent 26 or greater than 9 percent,change the production and placement operations 27 to bring the in-place air void content within requirements. 28 e. Test Section 29 1) Construct a test section of 1 lane-width and at most 0.2 miles in length to 30 demonstrate that compaction to between 5 percent and 9 percent in-place 31 air voids can be obtained. 32 2) Continue this procedure until a test section with 5 percent to 9 percent in- 33 place air voids can be produced. 34 3) The City will allow only 2 test sections per day. 35 4) When a test section producing satisfactory in-place air void content is 36 placed,resume full production. 37 12. Ordinary Compaction Control 38 a. Furnish the type,size,and number of rollers required for compaction, as 39 approved. Furnish at least 1 medium pneumatic-tire roller(minimum 12-ton 40 weight). 41 b. Use the control strip method given in Tex-207-F,Part IV,to establish rolling 42 patterns that achieve maximum compaction. 43 c. Follow the selected rolling pattern unless changes that affect compaction occur 44 in the mixture or placement conditions. 45 d. When such changes occur,establish a new rolling pattern. 46 e. Compact the pavement to meet the requirements of the Drawings and 47 specifications. 48 f. When rolling with the 3-wheel,tandem or vibratory rollers,start by first rolling 49 the joint with the adjacent pavement and then continue by rolling longitudinally 50 at the sides. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-23 ASPHALT PAVING Page 23 of 25 1 g. Proceed toward the center of the pavement,overlapping on successive trips by 2 at least I ft.,unless otherwise directed. 3 h. Make alternate trips of the roller slightly different in length. 4 i. On superelevated curves,begin rolling at the low side and progress toward the 5 high side unless otherwise directed. 6 G. Irregularities 7 1. Identify and correct irregularities including,but not limited to segregation,rutting, 8 raveling,flushing, fat spots,mat slippage,irregular color,irregular texture,roller 9 marks,tears,gouges, streaks,uncoated aggregate particles, or broken aggregate 10 particles. 11 2. The City may also identify irregularities, and in such cases,the City shall promptly 12 notify the Contractor. 13 3. If the City determines that the irregularity will adversely affect pavement 14 performance,the City may require the Contractor to remove and replace (at the 15 Contractor's expense)areas of the pavement that contain the irregularities and areas 16 where the mixture does not bond to the existing pavement. 17 4. If irregularities are detected,the City may require the Contractor to immediately 18 suspend operations or may allow the Contractor to continue operations for no more 19 than 1 day while the Contractor is taking appropriate corrective action. 20 5. The City may suspend production or placement operations until the problem is 21 corrected. 22 6. At the expense of the Contractor and to the satisfaction of the City,remove and 23 replace any mixture that does not bond to the existing pavement or that has other 24 surface irregularities identified above. 25 3.5 REPAIR 26 A. See Section 32 01 17. 27 3.6 QUALITY CONTROL 28 A. Production Testing 29 1. Perform production tests to verify asphalt paving meets the performance standard 30 required in the Drawings and specifications. 31 2. City to measure density of asphalt paving with nuclear gauge. 32 3. City to core asphalt paving from the normal thickness of section once acceptable 33 density achieved. City identifies location of cores. 34 a. Minimum core diameter: 4 inches 35 b. Minimum spacing: 200 feet 36 c. Minimum of 1 core every block 37 d. Alternate lanes between core 38 4. City to use cores to determine pavement thickness and calculate theoretical density. 39 a. City to perform theoretical density test a minimum of 1 per day per street. 40 B. Density Test 41 1. The average measured density of asphalt paving must meet specified density. 42 2. Average of measurements per street not meeting the minimum specified strength 43 shall be subject to the money penalties or removal and replacement at the 44 Contractor's expense as show in Table 11. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 1216-24 ASPHALT PAVING Page 24 of 25 1 2 Table 11 3 Density Payment Schedule Percent Rice Percent of Contract Price Allowed 89 and lower remove and replace at the entire cost and expense of Contractor as directed by City. 90 75-percent 91-93 100-percent 94 90-percent 95 75-percent Over 95 remove and replace at the entire cost and expense of Contractor as directed by City. 4 5 3. The amount of penalty shall be deducted from payment due to Contractor. 6 4. These requirements are in addition to the requirements of Article 1.2. 7 C. Pavement Thickness Test 8 1. City measure each core thickness by averaging at least 3 measurements. 9 2. The number of tests and location shall be at the discretion of the City,unless 10 otherwise specified in the special provisions or on the Drawings. 11 3. In the event a deficiency in the thickness of pavement is revealed during production 12 testing,subsequent tests necessary to isolate the deficiency shall be at the 13 Contractor's expense. 14 4. The cost for additional coring test shall be at the same rate charged by commercial 15 laboratories. 16 5. Where the average thickness of pavement in the area found to be deficient,payment 17 shall be made at an adjusted price as specified in Table 12. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 12 16-25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Deficiency Penalties Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Greater Than 0 percent-Not More than 10 percent 90 percent Greater Than 10 percent-Not More than 15 percent 80 percent remove and replace at Greater Than 15 percent the entire cost and expense of Contractor as directed by City. 3 4 6. If, in the judgment of the City,the area of such deficiency warrants removal,the 5 area shall be removed and replaced,at the Contractor's entire expense,with asphalt 6 paving of the thickness shown on the Drawings. 7 7. No additional payment over the contract unit price shall be made for any pavement 8 of a thickness exceeding that required by the Drawings. 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Modified items to be included in price bid 19 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),No.2306 Revised December 20,2012 321273-1 ASPHALT PAVING CRACK SEALANTS Page I of 5 1 SECTION 32 12 73 2 ASPHALT PAVING CRACK SEALANTS r 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Sealing transverse and longitudinal cracks no larger than 1-1/2 inches in asphalt 7 paving 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 12 16-Asphalt Paving 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall by the gallon of Asphalt Crack Sealant placed. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item and 20 measured as provided under"Measurement"will be paid for at the unit price 21 bid per gallon of Asphalt Crack Sealant. 22 3. The price bid shall include: 23 1.3 REFERENCES E 24 A. Reference Standards 25 1. Reference standards cited in this specification refer to the current reference standard 26 published at the time of the latest revision date logged at the end of this 27 specification,unless a date is specifically cited. 28 2. American Society for Testing and Materials(ASTM): 29 a. D6690-07, Standard Specification for Joint and Crack Sealants,Hot Applied, 30 for Concrete and Asphalt Pavements. 31 b. D5329-09, Standard Test Methods for Sealants and Fillers,Hot-Applied,for 32 Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements. 33 c. D2196-05,Method A, Standard Test Methods for Rheological Properties of 34 Non-Newtonian Materials by Rotational(Brookfield type)Viscometer. 35 d. D217-02, Standard Test Methods for Cone Penetration of Lubricating Grease. k 36 3. American Association of State Highway and Transportation Officials 37 a. T 48,Flash and Fire Points by Cleveland Open Cup. 38 b. T 49, Standard Method of Test for Penetration of Bituminous Materials. 39 c. T 51,Ductility of Bituminous Materials. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321273-2 ASPHALT PAVING CRACK SEALANTS Page 2 of 5 1 d. T 53,Point of Bitumen(Ring-and-Ball Apparatus). 2 e. T 59, Standard Method of Test for Emulsified Asphalt. 3 4. Texas Department of Transportation 4 a. Item 300: "Asphalt,Oils and Emulsions". 5 b. Tex-543-C,Evaporative Recovery of Residue for Emulsified Crack Sealant. 6 c. Tex-544-C,Rubber Content for Rubber-Asphalt Crack Sealant. 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 10 A. Test and Evaluation Reports 11 1. Prior to installation,CONTRACTOR shall furnish the City certification by an 12 independent testing laboratory that the crack sealant from each lot of sealant to be 13 used,meets the requirements of this Section. 14 2. The manufacturer of the crack sealant shall have a minimum two-year 15 demonstrated, documented successful field performance with asphalt and concrete 16 pavement crack sealant systems. Verifiable documentation shall be submitted to 17 the City. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.11 FIELD CONDITIONS 23 A. Weather Conditions 24 1. Place mixture according to manufacturer specifications. 25 2. Unless otherwise shown on the Drawings,place mixtures only when weather 26 conditions and moisture conditions of the roadway surface are suitable in the 27 opinion of the City. 28 1.12 WARRANTY [NOT USED] 29 PART 2 - PRODUCTS 30 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS&EQUIPMENT 32 A. Materials 33 1. Use materials approved by the City. 34 2. Furnish materials unless otherwise shown on the Drawings in accordance with 35 ASTM D 6690-07 and ASTM D 5329-09 and Tables 1 and 2. 36 a. Polymer modified asphalt-emulsion crack sealer must meet the requirements of 37 Table 1. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,No.2306 Revised December 20,2012 321273-3 ASPHALT PAVING CRACK SEALANTS Page 3 of 5 1 Table 1 2 Polymer-Modified Asphalt Emulsion Crack Sealer Property Test Min Max Procedure Rotational viscosity, 77 degrees F,cP D 2196, 10,000 25,000 Method A Sieve test,percent T 59 — 0.1 Storage stability, 1 day,percent T59 — 1 Evaporation Tex-543-C Residue by evaporation,percent 65 — by wt. Tests on residue from evaporation: Penetration,77 degrees F, 100 g, T49 35 75 5 sec. Softening point, degrees F T53 140 — Ductility, 39.2 degrees F, T 51 100 — 5 cm/min., cm 3 4 b. Rubber-asphalt crack sealer must meet the requirements of Table 2. 5 Table 2 6 Rubber-As halt Crack Sealer Property Test Class A Class B Procedure Min Max Min Max CRM content, Grade A or B,percent Tex-544-C 22 26 — — by wt. CRM content, Grade B,percent by Tex-544-C — — 13 17 wt. Virgin rubber content',percent by — — 2 — wt. Flash Pointe,COC,degrees F T48 400 — 400 — Penetration3,77 degrees F, 150 g, 5 see. T 49 30 50 30 50 Penetration3,32 degrees F,200 g, 60 sec. T 49 12 — 12 — Softening point, °F T53 — — 170 — Bond" D5329 — Pass 1.Provide certification that the min.percent virgin rubber was added. 2.Before passing the test flame over the cup,agitate the sealing compound with a 3/8-to 1!2-inch(9.5-to 12.7-mm)wide,square-end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface,i.e.,turn the material over.Start at one side of the thermometer,move around to the other,and then return to the starting point using 8 to 10 rapid circular strokes.Accomplish agitation in 3 to 4 sec.Pass the test flame over the cup immediately after stirring is completed. 3.Exception to T 49:Substitute the cone specified in ASTM D 217 for the penetration needle. 4.No crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in.deep for any specimen after completion of the test. 7 B. Equipment 8 1. Provide all necessary equipment and keep equipment in a satisfactory working 9 condition. 10 2. The minimum requirements for construction equipment shall be as follows: CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321273-4 ASPHALT PAVING CRACK SEALANTS Page 4 of 5 1 a. Double-boiler/agitator-type kettle.Used to heat and install the hot-applied crack 2 sealant. 3 b. Hose. Transfer the sealant from the kettle to the crack by means of a direct- 4 connected pressure-type extruding device(hose)with a nozzle that will insert in 5 the crack. 6 1) The equipment should allow recirculation into the inner kettle when sealing 7 is not performed. 8 c. Thermometers. Thermometers should be positioned on the equipment to ensure 9 application temperatures are being met. 10 d. Handtools. Due to the nature of cracks,handtools are required to insert the 11 sealant material in cracks that are deeper than 3/4 inch. 12 1) These tools should not twist, cut,or damage the sealant material. 13 e. Air compressor. Consists of an air compressor,hoses,and a venturi-type 14 nozzle with an opening not exceed 1/4 inch. 15 1) The air compressor should be equipped with traps that will keep the 16 compressed air free of oil and moisture. 17 2.3 ACCESSORIES [NOT USED] 18 2.4 SOURCE QUALITY CONTROL [NOT USED] 19 PART 3- EXECUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED] 22 3.3 PREPARATION 23 A. Surface Preparation 24 1. Singular cracks will be thoroughly cleaned of all debris and foreign material with 25 an industrial air compressor. 26 2. The pavement shall be free of moisture. 27 3.4 INSTALLATION 28 A. Exercise caution to prevent additional damage to the pavement surface. 29 B. Crack Sealant 30 1. The crack should be sealed from the bottom to the top to minimize bubbling due to 31 entrapped air. 32 2. The sealant should be recessed approximately 1/8 to 1/4 inch below the pavement 33 surface to prevent tracking. 34 3. A squeegee may be used to remove excess sealant from the pavement surface when 35 a crack is overfilled. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321273-5 ASPHALT PAVING CRACK SEALANTS Page 5 of 5 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 t CITY OF FORT WORTH Mosier Dalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry No.2306 Revised December 20,2012 32 13 13-1 CONCRETE PAVING Pagel of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 0129-Concrete Paving Repair 14 4. Section 32 13 73 -Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square yard of completed and 19 accepted Concrete Pavement in its final position as measured from back of curb 20 for various: 21 1) Classes 22 2) Thicknesses 23 2. Payment 24 a. The work performed and materials furnished in accordance with this Item will 25 be paid for at the unit price bid per square yard of Concrete Pavement. 26 3. The price bid shall include: 27 a. Shaping and fine grading the placement area 28 b. Furnishing and applying all water required 29 c. Furnishing,loading and unloading, storing,hauling and handling all concrete 30 ingredients including all freight and royalty involved 31 d. Mixing,placing, finishing and curing all concrete 32 e. Furnishing and installing all reinforcing steel 33 f. Furnishing all materials and placing longitudinal,warping,expansion, and 34 contraction joints,including all steel dowels,dowel caps and load transmission 35 units required,wire and devices for placing,holding and supporting the steel 36 bar, load transmission units,and joint filler material in the proper position; for 37 coating steel bars where required by the Drawings 38 g. Sealing joints 39 h. Monolithically poured curb 40 i. Cleanup CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 1 32 13 13-2 CONCRETE PAVING Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. A615/A615M,Deformed and Plain Billet-Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 11 c. C33,Concrete Aggregates 12 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 13 Specimens 14 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 15 Beams of Concrete 16 f. C94/C94M, Standard Specifications for Ready-Mixed Concrete 17 g. C 150,Portland Cement 18 h. C156,Water Retention by Concrete Curing Materials 19 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 20 j. C260,Air Entraining Admixtures for Concrete 21 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 22 1. C494,Chemical Admixtures for Concrete, Types"A","D","F"and"G" 23 m. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete 25 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 26 Concrete 27 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 32 (12,400 ft-lbf/ft3) 33 3. American Concrete Institute(ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting(ACI 305.1-06). 15 3. Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 23 pavement in natural light, or as directed by the City. 24 1.12 WARRANTY [NOT USED] 25 PART 2- PRODUCTS 26 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 27 2.2 MATERIALS 28 A. Cementitious Material: ASTM C150. 29 B. Aggregates: ASTM C33. 30 C. Water: ASTM C1602. 31 D. Admixtures: When admixtures are used,conform to the appropriate specification: 32 1. Air-Entraining Admixtures for Concrete: ASTM C260. 33 2. Chemical Admixtures for Concrete:ASTM C494,Types"A","D","F"and"G." 34 3. Fly Ash 35 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 36 ASTM C618. 37 b. Fly ash may be substituted at one pound per pound of cement up to 25%of the 38 specified cement content when such batch design is approved by the Engineer. CITY OF FORT WORTH Mosier Valley Palk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.1306 Revised December 20,2012 32 13 13-4 CONCRETE PAVING Page 4 of 21 1 E. Steel Reinforcement: ASTM A615. 2 F. Steel Wire Reinforcement: Not used for concrete pavement. 3 G. Dowels and Tie Bars 4 1. Dowel and tie bars: ASTM A615. 5 2. Dowel Caps 6 a. Provide dowel caps with enough range of movement to allow complete closure 7 of the expansion joint. 8 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 9 have an internal diameter sufficient to permit the cap to freely slip over the bar. 10 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 11 and one end of the cap shall be rightly closed. 12 3. Epoxy for Dowel and Tie Bars: ASTM C881. 13 a. See following table for approved producers of epoxies and adhesives 14 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-foxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy3000FS SpecChem 15 16 b. Epoxy Use, Storage and Handling 17 1) Package components in airtight containers and protect from light and 18 moisture. 19 2) Include detailed instructions for the application of the material and all 20 safety information and warnings regarding contact with the components. 21 3) Epoxy label requirements 22 a) Resin or hardener components 23 b) Brand name 24 c) Name of manufacturer CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-5 CONCRETE PAVING Page 5 of 21 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning,extreme thickening,or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal(free of rust),precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs,representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 I. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stock of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood,knots,clustered 35 birdseyes,checks and splits. 36 2) Joint filler,boards,shall be smooth,flat and straight throughout, and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in lengths equal to the width between 39 longitudinal joints, and may be furnished in strips or scored sheet of the 40 required shape. 41 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 42 Drawings;the width shall be not less than that shown on the Drawings,providing 43 for the top seal space. 44 4. Rejection.Expansion joint filler may be rejected for failure to meet any of the 45 requirements of this specification. 46 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-6 CONCRETE PAVING Page 6 of 21 1 K. Curing Materials 2 1. Membrane-Forming Compounds. 3 a. Conform to the requirements of ASTM C309,Type 2,white pigmented 4 compound and be of such nature that it shall not produce permanent 5 discoloration of concrete surfaces nor react deleteriously with the concrete. 6 b. The compound shall produce a firm,continuous uniform moisture-impermeable 7 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 8 concrete. 9 c. It shall,when applied to the damp concrete surface at the specified rate of 10 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check,peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only,which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C156 Water Retention by Concrete 21 Curing Materials,the liquid membrane-forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.01-oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations,the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type,if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities,type,and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A.Abrasion of coarse aggregates 46 c. Once mix design approved by City,maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete may be placed on the job site until the mix design has been 2 approved by the City. 3 2. Quality of Concrete 4 a. Consistency 5 1) In general,the consistency of concrete mixtures shall be such that: 6 a) Mortar shall cling to the coarse aggregate 7 b) Aggregate shall not segregate in concrete when it is transported to the 8 place of deposit 9 c) Concrete,when dropped directly from the discharge chute of the mixer, 10 shall flatten out at the center of the pile,but the edges of the pile shall 11 stand and not flow 12 d) Concrete and mortar shall show no free water when removed from the 13 mixer 14 e) Concrete shall slide and not flow into place when transported in metal 15 chutes at an angle of 30 degrees with the horizontal 16 f) Surface of the finished concrete shall be free from a surface film or 17 laitance 18 2) When field conditions are such that additional moisture is needed for the 19 final concrete surface finishing operation,the required water shall be 20 applied to the surface by hand sprayer only and be held to a minimum 21 amount. 22 3) The concrete shall be workable, cohesive,possess satisfactory finishing 23 qualities and be of the stiffest consistency that can be placed and vibrated 24 into a homogeneous mass. 25 4) Excessive bleeding shall be avoided. 26 5) If the strength or consistency required for the class of concrete being 27 produced is not secured with the minimum cement specified or without 28 exceeding the maximum water/cement ratio,the Contractor may use, or the 29 City may require,an approved cement dispersing agent(water reducer); or 30 the Contractor shall furnish additional aggregates,or aggregates with 31 different characteristics, or the Contractor may use additional cement in 32 order to produce the required results. 33 6) The additional cement may be permitted as a temporary measure,until 34 aggregates are changed and designs checked with the different aggregates 35 or cement dispersing agent. 36 7) The Contractor is solely responsible for the quality of the concrete 37 produced. 38 8) The City reserves the right to independently verify the quality of the 39 concrete through inspection of the batchplant,testing of the various 40 materials used in the concrete and by casting and testing concrete cylinders 41 or beams on the concrete actually incorporated in the pavement. 42 b. Standard Class 43 1) Unless otherwise shown on the Drawings or detailed specifications,the 44 standard class for concrete paving for streets and alleys is shown in the 45 following table: CITY OF FORT WORTH Mosier 17alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-8 CONCRETE PAVING Page 8 of 21 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 2 1.All exposed horizontal concrete shall have entrained-air. 3 2.Minimum Compressive Strength Required. 4 5 2) Machine-Laid concrete: Class P 6 3) Hand-Laid concrete: Class H 7 c. High Early Strength Concrete(HES) 8 1) When shown on the Drawings or allowed,provide Class HES concrete for 9 very early opening of pavements area or leaveouts to traffic. 10 2) Design class HES to meet the requirements of class specified for concrete 11 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 12 unless other early strength and time requirements are shown on the 13 Drawings allowed. 14 3) No strength overdesign is required. 15 16 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 18 d. Slump 19 1) Slump requirements for pavement and related concrete shall be as specified 20 in the following table: 21 22 Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk,Curb and Gutter,Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 23 24 2) No concrete shall be permitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements,shall be considered 3 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 4 conditions. l 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices(augers),internal vibration, 13 tamping,and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine-Laid Concrete Pavement 16 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip-Form Paver 20 1) Slip-form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions,shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip-Form Paver if paver requires over-digging and 24 impacts trees,mailboxes or other improvements. 25 4. Hand-Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds,shall be considered tools to be used in hand-laid concrete 28 construction,as slumps, spreading methods,vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used—onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-10 CONCRETE PAVING Page 10 of 21 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions,but not from the very ends of the batch. 3 d. The mixing of each batch, after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection,or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 3. Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations,the manufacturer of the concrete shall,before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed, stamped,or written,the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number 22 5) Name of purchaser 23 6) Specific designation of job (name and location) 24 7) Specific class,design identification and designation of the concrete in 25 conformance with that employed in job specifications 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings, the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes,ruts and depressions shall be filled and compacted with suitable material 37 and, if required,the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch.,as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321313-I1 CONCRETE PAVING Page I I of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved,the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base,additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps,bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet,where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable,forms shall be reset,using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand-laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 s 32 13 13-12 CONCRETE PAVING Page 12 of 21 I d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement,promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel,Tie,and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels,etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and,where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed,no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab,by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid-depth of the pavement slab,parallel to the surface. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings,creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After curing,the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings,or as 24 approved by the City. 25 b. Joints shall be of the design width, and spacing shown on the Drawings,or as 26 approved by the City. 27 c. Dowel bars, shall be of the size and type shown on the Drawings, or as 28 approved by the City, and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de-bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures, expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 40 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 43 approved by the City. 44 c. Dowel bars,shall be of the size and type shown on the Drawings, or as 45 approved by the City, and shall be installed at the specified spacing. _ 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 i 3213 13-14 CONCRETE PAVING Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 3 pavement thickness, or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint,but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 13 73. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings,the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes at point of placement no retarding agent) with retarding agent) ' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 city Above 75°F thru 90°F 60 90 75°F and Below 60 120 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day,or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement,revealed by 21 the removal of the side forms,may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-16 CONCRETE PAVING Page 16 of 21 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its"set"and becomes non-workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete,as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that,when consolidated and 14 finished,the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing,and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results,the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms,the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied,under pressure with a spray nozzle,in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry,it shall provide a continuous and flexible membrane,free 35 from cracks or pinholes,and shall not disintegrate,check,peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period,it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 40 Materials,the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 13 13-17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described,in accordance with the details shown on the 11 Drawings,and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement Leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City,unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 x 32 13 13-18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 C. Pavement Thickness Test 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made,pavement thickness test shall be made by the City. 10 2. The number of tests and location shall be at the discretion of the City,unless 11 otherwise specified in the special provisions or on the Drawings. 12 3. The cost for the initial pavement thickness test shall be the expense of the City. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations,subsequent tests necessary to isolate the deficiency shall be at 15 the Contractor's expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 20 made at an adjusted price as specified in the following table. 21 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31 -0.40 70 percent 0.41-0.50 60 percent 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 25 is greater, shall be evaluated by the City. 26 8. If,in the judgment of the City the area of such deficiency should not be removed 27 and replaced,there shall be no payment for the area retained. 28 9. If,in the judgment of the City,the area of such deficiency warrants removal,the 29 area shall be removed and replaced, at the Contractor's entire expense,with 30 concrete of the thickness shown on the Drawings. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1/10 of the plan thickness,whichever is greater, shall be removed and 33 replaced,at the Contractor's entire expense,with concrete of the thickness shown 34 on the Drawings. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the Drawings. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit}No.2306 Revised December 20,2012 32 13 13-19 CONCRETE PAVING Page 19 of 21 1 D. Pavement Strength Test 2 1. During the progress of the work the City shall provide trained technicians to cast 3 test cylinders for conforming to ASTM C31,to maintain a check on the 4 compressive strengths of the concrete being placed. 5 2. After the cylinders have been cast,they shall remain on the job site and then 6 transported,moist cured, and tested by the City in accordance with ASTM C31 and 7 ASTM C39. 8 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 9 28 days,and 1 cylinder shall be held or tested at 56 days,if necessary. 10 4. If the 28 day test results indicate deficient strength,the Contractor may, at its option 11 and expense,core the pavement in question and have the cores tested by an 12 approved laboratory,in accordance with ASTM C42 and ACI 318 protocol, except 13 the average of all cores must meet 100 percent of the minimum specified strength, 14 with no individual core resulting in less than 90 percent of design strength,to 15 override the results of the cylinder tests. 16 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 17 meet minimum specified strength,additional cores shall be taken to identify the 18 limits of deficient concrete pavement at the expense of the Contractor. 19 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 20 meeting the minimum specified strength shall be subject to the money penalties or 21 removal and placement at the Contractor's expense as show in the following table. 22 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 23 24 7. The amount of penalty shall be deducted from payment due to Contractor; such as 25 penalty deducted is to defray the cost of extra maintenance. 26 8. The strength requirements for structures and other concrete work are not altered by 27 the special provision. 28 9. No additional payment over the contract unit price shall be made for any pavement 29 of strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project,the Project 32 Inspector shall make a determination as to the need for action to address the 33 cracking as to its cause and recommended remedial work. 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade,the Inspector shall make the determination as to whether to rout and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector, at no cost to the City, 39 regardless of the cause of the cracking. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 13 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking,and the Contractor will perform that work at the 12 agreed-upon price if the City elects to do so. 13 5. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 14 the cause of the cracking,the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship,the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship,the City will return the 28 escrowed funds to the Contractor. The Contractor,on request,will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 13 13-21 CONCRETE PAVING Page 21 of 21 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 32 13 20-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Pagel of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a. Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb,including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 6 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 16 price bid per each"Barrier Free Ramp"installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 37 1.5 SUBMITTALS [NOT USED] 38 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 40 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised April 30,2013 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight,free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks, driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete] Cementitious, Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler:ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH Mosier Vallee Park = STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised April 30,2013 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks,driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling,leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 -B. Demolition/Removal 13 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3.4 INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width,shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 30 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks,driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised April 30,2013 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections,sidewalks with concrete 2 driveways,curbs, formations,other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 1/2 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIR/RESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Griffin Corrected Part 1,1.2,A,3,b,1 to read;from...square foot of Concrete Sidewalk. to...each"Barrier Free Ramp"installed. 33 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised April 30,2013 32 1373-1 CONCRETE PAVING JOINT SEALANTS Page I of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 3. Section 32 13 13 -Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification,unless a date is specifically cited. 27 2. ASTM International(ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation,furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 4 1 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 2 has a minimum 2-year demonstrated,documented successful field performance 3 with concrete pavement silicone joint sealant systems. 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 8 1.11 FIELD CONDITIONS 9 A. Do not apply joint sealant when the air and pavement temperature is less than 35 10 degrees F 11 B. Concrete surface must be clean, dry and frost free. 12 C. Do not place sealant in an expansion-type joint if surface temperature is below 35 13 degrees F or above 90 degrees F. 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS 16 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 17 2.2 MATERIALS&EQUIPMENT 18 A. Materials 19 1. Joint Sealant: ASTM D5893. 20 2. Joint Filler,Backer Rod and Breaker Tape 21 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 22 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 23 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 24 the joint sealant from flowing to the bottom of the joint. 25 c. The backer rod and breaker tape shall be compatible with the silicone joint 26 sealant and no bond or reaction shall occur between them. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3 - EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION [NOT USED] 32 3.3 PREPARATION [NOT USED] CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting,cleaning,bond breaker installation,and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete,blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found,repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 2 the joint sealant. 3 7. Do not leave open,cleaned joints unsealed overnight. 4 E. Joint Sealant 5 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 6 mechanical injection tool. 7 2. Do not seal joints unless they are clean and dry. 8 3. Remove and discard excess sealant left on the pavement surface. 9 a. Do not excess use to seal the joints. 10 4. The pavement surface shall present a clean final condition as determined by City. 11 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 12 F. Approval of Joints 13 1. The City may request a representative of the sealant manufacturer to be present at 14 the job site at the beginning of the final cleaning and sealing of joints. 15 a. The representative shall demonstrate to the Contractor and the City the 16 acceptable method for sealant installation. 17 b. The representative shall approve the clean,dry joints before the sealing 18 operation commences. 19 3.5 REPAIR/RESTORATION [NOT USED] 20 3.6 RE-INSTALLATION [NOT USED] 21 3.7 FIELD QUALITY CONTROL [NOT USED] 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION [NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 1416-1 BRICK UNIT PAVING Page 1 of 9 1 SECTION 32 14 16 2 BRICK UNIT PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor,materials and equipment necessary to install brick pavers, set in mortar 7 on reinforced concrete base for: 8 a. New brick paving 9 b. Brick paving repair 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 14 2. Division 1 -General Requirements 15 3. Section 32 13 13 -Concrete Paving 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Brick Paving 19 a. Measurement 20 1) Measurement for this Item shall be by the square yard of Brick Paving. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit s 24 price bid per square yard of Brick Paving completed and accepted in its 25 final position per Drawings. 26 c. The price bid shall include: 27 1) Sample panels 28 2) Shaping and fine grading the roadbed 29 3) Furnishing and applying all water required 30 4) Furnishing, loading and unloading, storing,hauling,handling,mixing, 31 placing,finishing and curing all concrete ingredients for concrete base 32 material 33 5) Furnishing and installing all reinforcing steel for concrete base 34 6) Furnishing,mixing and placing all setting materials including mortar 35 setting bed,wet mortar joint filler and high bond mortar mix 36 7) Furnishing and setting all brick unit pavers 37 8) Sealing joints 38 2. Brick Paving Repair 39 a. Measurement 40 1) Measurement for this Item shall be by the square yard of Brick Paving 41 Repaired. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 321416-2 BRICK UNIT PAVING Page 2 of 9 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square yard of Brick Paving Repair completed and accepted in 5 its final position per Drawings. 6 c. The price bid shall include: 7 1) Sample panels 8 2) Shaping and fine grading the roadbed 9 3) Furnishing and applying all water required 10 4) Furnishing,loading and unloading, storing,hauling,handling,mixing, 11 placing,finishing and curing all concrete ingredients for concrete base 12 material 13 5) Furnishing and installing all reinforcing steel for concrete base 14 6) Furnishing,mixing and placing all setting materials including mortar 15 setting bed,wet mortar joint filler and high bond mortar mix 16 7) Furnishing and setting all brick unit pavers 17 8) Sealing joints 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this Specification refer to the current reference 21 standard published at the time of the latest revision date logged at the end of this 22 Specification,unless a date is specifically cited. 23 2. ASTM International(ASTM): 24 a. C67,Test Methods of Sampling and Testing Brick and Structural Clay Tile 25 b. C144,Aggregate for Masonry Mortar 26 c. C150,Portland Cement 27 d. C207, Specification for Hydrated Lime for Masonry Purposes 28 e. C902, Specification for Pedestrian and Light Traffic Paving Brick 29 f. C 1602, Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete 31 3. The Brick Industry Association,Technical Notes 32 a. No. 1,Cold and Hot Weather Construction 33 1.4 ADMINISTRATIVE REQUIREMENTS 34 A. Permitting 35 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 36 and Public Works Department in conformance with current ordinances. 37 2. Transportation and Public Works Department will inspect paving repair after 38 construction. 39 1.5 SUBMITTALS 40 A. Product Data: Submit manufacturer's technical data for each manufactured product, 41 including certification that each product complies with specified requirements. 42 B. Samples 43 1. For material verification purposes submit the following: CITY OF FORT WORTH Mosier Valley Pai* STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 14 16-3 BRICK UNIT PAVING Page 3 o£9 1 a. Manufacturer's testing certification conforming to ASTM C67 testing methods 2 for: 3 1) Compressive strength,pounds per square inch 4 2) Absorption,5 hour submersion in cold water 5 3) Absorption,24 hour submersion in cold water 6 4) Maximum saturation coefficient 7 5) Initial rate of absorption(suction) - 8 6) Abrasion index 9 7) Freeze-thaw 10 8) Efflorescence 11 b. Masonry paving unit samples for each type of masonry paving required. 12 Include in each set the full range of exposed color and texture to be expected in 13 the completed work. 14 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Installer: Brick paver and any subcontractors shall have experience in brick paving and 19 their previous work will be reviewed by the City prior to start of work. 20 B. Sample Panel: Prior to installation of masonry paving work,fabricate sample panel 21 using materials,pattern and joint treatment indicated for project work, including special 22 features for expansion joints and contiguous work. 23 1. Include color range, size,texture,bond, expansion jointing,pattern, finish,and 24 workmanship. 25 2. Make 6 feet x 6 feet minimum. 26 3. Provide range of color,texture and workmanship to be expected in the completed 27 work. 28 4. Sample panel shall be inspected by the City. If the sample is not acceptable, 29 construct additional panels at no cost to the City until an acceptable panel is 30 constructed. 31 5. Obtain City's acceptance of visual qualities of the panel before start of masonry 32 paving work. 33 6. Maintain the sample panel as the standard of minimal quality for approval of all 34 proposed brick pavement work required for the project. Locate sample panel near 35 the pavement work to facilitate comparison 36 7. Do not change source of brands for masonry units, setting materials,or grout during 37 progress of work. 38 8. Remove sample panel from the site at completion of project. 39 1.10 DELIVERY,STORAGE,AND HANDLING 40 A. Delivery: Brick pavers and associated installation materials shall be delivered to the 41 job adequately protected from damage during transit. 42 1. Brick pavers shall be carefully packed by the supplier for shipment with name of 43 manufacturer and identification of contents. CITY OF FORT WORTH Mosier•Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 321416-4 BRICK UNIT PAVING Page 4 of 9 1 2. Pavers damaged in any manner will be rejected and replaced with new materials at 2 no additional cost to the City. 3 B. Storage: Protect grout and mortar materials during storage and construction against 4 wetting by rain, snow or ground water and against soilage or intermixture with earth or 5 other types of materials. 6 1. Protect grout and mortar materials from deterioration by moisture and temperature. 7 2. Store in a dry location or in waterproof container. 8 3. Keep containers tightly closed and away from open flame. Protect liquid 9 components from freezing. 10 1.11 FIELD CONDITIONS 11 A. Ambient Conditions 12 1. Normal construction: temperatures between 40 degrees and 100 degrees. 13 2. Cold Weather Construction: temperatures below 40 degrees 14 a. Comply with requirements for masonry construction in cold weather from the 15 BIA Technical Notes on Brick Construction,No. 1,Cold and Hot Weather 16 Construction,Table No. 1 as summarized in the following table: 17 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 14 16-5 BRICK UNIT PAVING Page 5 of 9 Preparation Construction Protection Temperature' Requirements Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Do not lay masonry units having either a temperature Heat mixing water or sand to below 20 degrees F or produce mortar between 40 containing frozen moisture, degrees F and 120 degrees visible ice,or snow on their surface. F. Completely cover newly 40 degrees F to Do not heat water or constructed masonry 32 degrees F Remove visible ice and aggregates used in mortar or with a weather-resistive ag snow from top surface of membrane for 24 hr after existing foundations and grout above 140 degrees F. construction. masonry to receive new Heat grout materials when construction.Heat these their temperature is below 32 surfaces above freezing, degrees F. using methods that do not result in damage. Comply with cold weather requirements above. Maintain mortar temperature above freezing until used in 32 degrees F to Comply with cold weather masonry. Comply with cold 25 degrees F requirements above. weather requirements Heat grout materials so grout above. is at a temperature between 70 degrees F and 120 degrees F during mixing and placed at a temperature above 70 degrees F. Comply with cold weather Completely cover newly requirements above. constructed masonry Heat masonry surfaces under with weather-resistive construction to 40 degrees F insulating blankets or equal protection for 24 hr 25 degrees F to Comply with cold weather and use wind breaks or 20 degrees F requirements above. enclosures when the wind after completion of work. velocity exceeds 15 mph. Extend time period to 48 hr for grouted masonry, Heat masonry to a minimum unless the only cement of 40 degrees F prior to in the grout is Type III routin Portland cement. Maintain newly constructed masonry temperature above 32 degrees F for at least 24 hr after being completed by using heated 20 degrees F and Comply with cold weather Comply with cold weather enclosures,electric below requirements above. requirements above. heating blankets,infrared lamps,or other acceptable methods. Extend time period to 48 hr for grouted masonry, unless the only cement in the grout is Type III Portland cement. 1 2 1.Preparation and Construction requirements are based on ambient temperatures.Protection requirements,after 3 masonry is placed,are based on mean daily temperatures. 4 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321416-6 BRICK UNIT PAVING Page 6 of 9 1 3. Hot Weather Construction: temperatures above 100 degrees 2 a. Comply with requirements for masonry construction in hot weather from the 3 BIA Technical Notes on Brick Construction,No 1.,Cold and Hot Weather 4 Construction,Table No. 1 as summarized in the following table: Preparation Protection Temperature' Requirements Construction Requirements Requirements (Prior to Work) (Work in Progress) (After Masonry is Placed Above 115 Use cool mixing water for degrees F or Shade materials and mixing mortar and grout.Ice must be 105 degrees F equipment from direct melted or removed before with a wind sunlight. water is added to other mortar Comply with hot weather velocity over 8 or grout materials, requirements below. mph Comply with hot weather requirements below. Comply with hot weather requirements below. Maintain mortar and grout at a temperature below 120 degrees F. Provide necessary Flush mixer,mortar transport Above 100 conditions and equipment to container,and mortar boards Fog spray newly degrees F or Produce mortar having a with cool water before they constructed masonry until 90 degrees F with temperature below 120 degrees F. come into contact with mortar damp,at least 3 times a 8 mph wind ingredients or mortar. day until the masonry is 3 Maintain sand piles in a days old. damp,loose condition. Maintain mortar consistency by retempering with cool water. Use mortar within 2 hr of initial mixing. 5 6 1.Preparation and Construction requirements are based on ambient temperatures.Protection requirements,after 7 masonry is placed,are based on mean daily temperatures. 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS 10 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 A. Rigid Concrete Base: See Section 32 13 13. 13 B. Reinforcing Steel: Section 32 13 13 14 C. Paving Brick for Heavy Vehicular Traffic: Standard Solid(uncored)Paving Brick of 15 modular size,2-1/4 inches x 3-5/8 inches x 7-5/8 inches except as indicated, as per 16 ASTM C1272,Type R,Application PX. 17 D. Setting Materials 18 1. The mortar setting bed shall consist of- 19 £19 a. 1 part Portland cement-ASTM C150,Type 1 20 b. 1/4 part hydrated lime by volume-ASTM C207,Type 5 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321416-7 BRICK UNIT PAVING Page 7 of 9 1 c. 3 parts damp sand-ASTM C144(for high-bond mortar,gradation in 2 accordance with additive manufacturer's recommendations). 3 d. Add water to obtain stiff mix-ASTM C1602. 4 2. The wet mortar joint filler shall consist of- 5 £5 a. 1 part Portland cement-ASTM C150,Type 1 6 b. 3 parts dry sand-ASTM C 144. 7 c. Add water to obtain a wet mix-ASTM C1602 8 3. High bond mortar mix shall consist of- 9 £9 a. 1 sack Portland cement-ASTM C 150, Type 1 10 b. 50 pounds workability additive-"A"Marble Dust by Armco Steel Corporation, 11 Piqua Quarries,or Ute Dolomite Limestone by U.S. Lime Division of Flintkote 12 Corporation,or Micro Fill No. 2 by Pure Stone Company,Marble Falls,Texas 13 or approved equal 14 c. 3-1/4 cubic feet of sand-ASTM C144 15 d. 4 gallons of high bond additive-Sarabond Liquid Mortar Additive by the Dow 16 Chemical Corporation or approved equal 17 e. Mix with water in accordance with High Bond Additive manufacturer's 18 recommendations. 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3- EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Place 8-inch reinforced concrete base under proposed brick pavement. 27 1. Concrete base: See Section 32 13 13. 28 a. Design concrete mix design for a minimum compressive strength of 3,000 29 pounds per square inch at the age of 2 days for either type I or type III cement 30 2. Reinforcing Steel: Section 32 13 13 31 a. No.4 bars at 18 inches on center both directions 32 3. Keep concrete surfaces to receive pavers dry, clean,free of oily or waxy films and 33 level. 34 4. Verify gradients and elevations of base are as indicated on Drawings. 35 B. Protect adjacent finished surfaces from soiling,staining,and other damage during 36 construction. Clean and restore any damage or stains to adjacent surfaces to equal or 37 better than original condition. 38 C. Spread and screed setting bed mixture to a true plane and limit bed mixture to an 39 amount that can be covered with pavers before initial set. 40 D. Set pavers in the patterns shown in the field with uniform tight joints(1/4-inch). CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321416-8 BRICK UNIT PAVING Page 8 of 9 1 E. Do not use pavers with chips, cracks,or voids. 2 F. Set paver in 1-inch layer of neat cement paste over setting bed. 3 G. Tolerances: Tolerances shall be checked continuously as work progresses so that 4 nonconforming areas can be corrected before mortar sets. 5 1. Alignment tolerances: maximum 1/4 inch in 20 feet; 1/2 inch in 40 feet 6 2. Surface tolerance: maximum plus or minus 1/8 inch in 8 feet noncumulative 7 3. Alignment and surface tolerances will be checked and enforced. The Contractor 8 shall make provisions that brick pavers can meet these tolerances as they are 9 supplied. Imperfections in the brick dimensions and surfaces will not constitute as 10 reasons to accept inferior paving and the work will be rejected. 11 H. Tamp pavers into full contact with the mortar bed to a level plane. Do not set large 12 areas of pavers for later leveling. 13 1. After pavers are set and cleaned free of mortar, fill joints with mortar, completely filling 14 voids. 15 J. Remove excess dry joint filler mixture and fog surface with fine water spray. 16 K. Cut pavers with motor driven masonry saw with a sharp diamond blade. Exposed 17 broken edges will not be allowed. 18 L. A 7 day damp cure is required. Employ barricades to restrict traffic during the 7 day 19 cure period. After the 7 day damp cure period,clean the surface with stiff brush and 20 brick manufacturer's recommended cleaning solution in increments not exceeding 100 21 square feet,leaving surface clean and free of mortar and grout stains. 22 M. At the end of each day, spray paved areas with a fine mist of water. Fill joints within 3 23 days after the pavers are set. Spray paved areas until the joints are filled. 24 N. Sweep and keep brick surfaces clean at all times in order to avoid penetration of cement 25 into the brick surface. 26 3.5 REPAIR 27 A. General 28 1. Remove and replace masonry paving units as directed by the City that are loose, 29 chipped,broken, stained or otherwise damaged,or if units do not match adjoining 30 units as intended. 31 2. Provide new units to match adjoining units and install in same manner as original 32 units,with same joint treatment to eliminate evidence of replacement. 33 3. Pointing: during tooling of joints, enlarge voids or holes and completely fill with 34 mortar or grout. Point-up joints at sealant type joints to provide a neat,uniform 35 appearance,properly prepared to application of sealant. 36 4. Cleaning: Remove excess mortar/grout from exposed brick surfaces,wash and 37 scrub clean. 38 5. Protect masonry paving installations from deterioration,discoloration or damage 39 during subsequent constructions and until acceptance of work,in compliance with 40 recommendations of installer and paving unit manufacturer. 41 B. Trench Repair 42 1. Preparation CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321416-9 BRICK UNIT PAVING Page 9 of 9 1 a. Replace a continuous section if multiple repairs are closer than 10 feet apart 2 from edge of one repair to the edge of a second repair. 3 b. Surface Preparation: mark pavement cut repairs for approval by the CITY. 4 2. Removal 5 1) Use care in removing brick pavers to be repaired to prevent damage to 6 brick pavers adjacent to the repair area. 7 3. Installation: See Article 3.4. 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 FIELD QUALITY CONTROL [NOT USED] 10 3.8 SYSTEM STARTUP [NOT USED] 11 3.9 ADJUSTING [NOT USED] 12 3.10 CLEANING [NOT USED] 13 3.11 CLOSEOUT ACTIVITIES [NOT USED] 14 3.12 PROTECTION [NOT USED] 15 3.13 MAINTENANCE [NOT USED] 16 3.14 ATTACHMENTS [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 3A.A.Modified information to match City of Fort Worth Standard Detail 19 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page I of 5 1 SECTION 32 16 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73 -Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment - 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials,including foundation course, 31 reinforcing steel,and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: CITY OF FORT WORTH Mosier Dalley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 a) Various street types 2 c. The price bid shall include: 3 1) Preparing the subgrade 4 2) Furnishing and placing all materials,including foundation course, 5 reinforcing steel,and expansion material 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD CONDITIONS 15 A. Weather Conditions: See Section 32 13 13. 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT AND MATERIALS 20 A. Forms: See Section 32 13 13. 21 B. Concrete: See Section 32 13 13. 22 C. Reinforcement: See Section 32 13 13. 23 D. Joint Filler 24 1. Wood Filler: see Section 32 13 13. 25 2. Pre-Molded Asphalt Board Filler 26 a. Use only in areas where not practical for wood boards 27 b. Pre-molded asphalt board filler: ASTM D545 28 c. Install the required size and uniform thickness and as specified in the Drawings. 29 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 30 mixture of asphalt and vegetable fiber and/or mineral filler. 31 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 32 16 13-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. Demolition/Removal: See Section 02 41 13. 8 3.4 INSTALLATION 9 A. Forms 10 1. Extend forms the full depth of concrete. 11 2. Wood forms: minimum of 1-1/2 inches in thickness 12 3. Metal Forms: a gauge that shall provide equivalent rigidity and strength 13 4. Use acceptable wood or metal forms for curves with a radius of less than 250 feet. 14 5. All forms showing a deviation of 1/8 inch in 10 feet from a straight line shall be 15 rejected. 16 B. Reinforcing Steel 17 1. Place all necessary reinforcement for City approval prior to depositing concrete. 18 2. All steel must be free from paint and oil and all loose scale,rust,dirt and other 19 foreign substances. 20 3. Remove foreign substances from steel before placing. 21 4. Wire all bars at their intersections and at all laps or splices. 22 5. Lap all bar splices a minimum of 20 diameters of the bar or 12 inches,whichever is 23 greater. 24 C. Concrete Placement 25 1. Deposit concrete to maintain a horizontal surface. 26 2. Work concrete into all spaces and around any reinforcement to form a dense mass 27 free from voids. 28 3. Work coarse aggregate away from contact with the forms 29 4. Hand-Laid Concrete—Curb and gutter 30 a. Shape and compact subgrade to the lines,grades and cross section shown on the 31 Drawings. 32 b. Lightly sprinkle subgrade material immediately before concrete placement. 33 c. Deposit concrete into forms. 34 d. Strike off with a template 1/4 to 3/8 inch less than the dimensions of the 35 finished curb,unless otherwise approved. 36 5. Machine-Laid Concrete—Curb and Gutter 37 a. Hand-tamp and sprinkle subgrade material before concrete placement. 38 b. Provide clean surfaces for concrete placement. 39 c. Place the concrete with approved self-propelled equipment. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 i 32 16 13-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways, curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 3 No. 4 round, smooth bars,24 inches in length, for dowels at each 26 expansion joint. 27 j. Coat 1/2 of the dowel with a bond breaker and terminate with a dowel cap that 28 provides a minimum of 1 inch free expansion. 29 k. Support dowels by an approved method. 30 D. Curing: see Section 32 13 13. 31 3.5 REPAIR/RESTORATION [NOT USED] 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 FIELD QUALITY CONTROL [NOT USED] 34 3.8 SYSTEM STARTUP [NOT USED] 35 3.9 ADJUSTING [NOT USED] 36 3.10 CLEANING [NOT USED] 37 3.11 CLOSEOUT ACTIVITIES [NOT USED] 38 3.12 PROTECTION [NOT USED] 39 3.13 MAINTENANCE [NOT USED] 40 3.14 ATTACHMENTS [NOT USED] 41 END OF SECTION CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cite No.2306 Revised December 20,2012 32 16 13-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified payment item to vary by street type 2 CITY OF FORT WORTH Mosier ValleyPark STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 32 1723-1 PAVEMENT MARKINGS Page I of I I 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied, extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot of"Pvmt Marking"installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads,when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing(when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 321723-2 PAVEMENT MARKINGS Page 2 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per each"Legend"installed for: 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads,when required 8 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Raised Markers 12 a. Measurement 13 1) Measurement for this Item shall be per each Raised Marker installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each"Raised Marker"installed 17 for: 18 a) Various types 19 c. The price bid shall include: 20 1) Installation of Raised Markers 21 2) Surface preparation 22 3) Clean-up 23 4) Testing 24 4. Work Zone Tab Markers 25 a. Measurement 26 1) Measurement for this Item shall be per each Tab Marker installed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each"Tab Marker"installed for: 30 a) Various types 31 c. The price bid shall include: 32 1) Installation of Tab Work Zone Markers 33 5. Fire Lane Markings 34 a. Measurement 35 1) Measurement for this Item shall be per the linear foot. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"shall be paid for at the 39 unit price bid per linear foot of"Fire Lane Marking"installed. 40 c. The price bid shall include: 41 1) Surface preparation 42 2) Clean-up 43 3) Testing 44 6. Pavement Marking Removal 45 a. Measurement 46 1) Measure for this Item shall be per linear foot. 47 b. Payment CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of I I 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement'shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. Il b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement'shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 40 4. Federal Highway Administration(FHWA) 41 a. 23 CFR Part 655,FHWA Docket No.FHWA-2009-0139 42 5. Texas Department of Transportation(TXDOT) 43 a. DMS-4200,Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220,Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241,Removable Prefabricated Pavement Markings CITY OF FORT WORTH Mosier[,'alley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of 1 I 1 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color,dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees r 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation:M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking,as measured above the plane 6 formed by the pavement surface,shall not be less than 1/8 inch in the center 7 of the marking and 3/32 inch at a distance of/z inch from the edge. 8 10) Maximum thickness shall be 3/16 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 11 oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 41 body)round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS-4300. 43 c. The reflective markers shall be plastic,meet or exceed the TxDOT 44 Specification DMS-4200 for high-volume retroreflective raised markers and be 45 available in the following types: 46 1) Type I-C,white body, 1 face reflects white 47 2) Type II-A-A,yellow body,2 faces reflect amber 48 3) Type II-C-R,white body, 1 face reflects white,the other red 49 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cih,No.2306 Revised November 22,2013 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242, "Temporary Flexible-Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h <30 35-50 >55 2-lane roads with centerline n/a 100 250 markings only 1 All other roads 2 n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/m2/lux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 B.When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3- EXECUTION 28 3.1 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt,grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 4. Pavement shall be considered dry,if, on a sunny day after observation for 15 2 minutes,no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A. General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer, and shall be applied on clean, dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists,it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax. Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic, care will be taken to 19 ensure that proper safety precautions are followed,including the use of signs, 20 cones,barricades,flaggers, etc. 21 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic,hot applied, spray 26 a. This method shall be used to install and replace long lines—centerlines, lane 27 lines,edge lines,turn lanes,and dots. 28 b. Markings shall be applied at a 110 mil thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines,lane 35 lines,and turn lanes. Refer to City Standard Detail Drawings for placement. 36 g. Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2A.A.1 of this Specification. 38 2. Thermoplastic,hot applied,extruded 39 a. This method shall be used to install and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks,stop-lines,and 45 legends. CITY OF FORT WORTH Mosier Valle,Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cit),No.2306 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of I 1 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks,stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways maybe installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line, chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words,symbols, shapes, or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions,illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 32 17 23-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal,Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces,such as spalling, shelling, etc.,greater than 6 '/a inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal,state,and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 11 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat,avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting, abrasive blasting,water 27 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over,no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR/RESTORATION [NOT USED] 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges,square ends,and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area,of holes or voids and 43 shall be free of blisters. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised November 22,2013 32 1723-11 PAVEMENT MARKINGS Page I 1 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cin,No.2306 Revised November 22,2013 32 1725-1 CURB ADDRESS PAINTING Pagel of 3 1 SECTION 3217 25 2 CURB ADDRESS PAINTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and 7 replaced as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall include two curb faces. Both curb faces shall 18 be paid for as a single bid item. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each"Curb Address Painting" 22 completed per address. a 23 3. The price bid shall include: 1 24 a. Furnishing all labor,materials and equipment 25 b. Any incidentals necessary to complete Curb Address Painting 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the latest revision date 29 logged at the end of this Specification,unless a date is specifically cited. 30 1.4 —1.12 [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED [NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 34 A. Materials 35 1. All materials shall be of recent product and suitable for its intended purpose. i CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Version November 4,2013 321725-2 CURB ADDRESS PAINTING Page 2 of 3 1 2. Background paint shall be 7100 Series 100%Acrylic Satin White paint 2 manufactured by Kwal Paint, or approved equal. 3 3. Lettering paint shall be 7100 Series 100%Acrylic Satin Black paint manufactured 4 by Kwal Paint,or approved equal. 5 B. Size Requirements 6 1. The minimum size for the background shall be 6-inches wide by 16-inches long, or 7 as directed in the Drawings. 8 2. The minimum size for letters shall be 4-inches high, or as directed in the Drawings. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. Surface Preparation 16 1. Provide surface preparation in accordance with manufacturer's recommendations. 17 B. Surface Conditions 18 1. Unless approved otherwise by the City, surface conditions must meet the following 19 minimum requirements: 20 a. Concrete has cured for a minimum of 28-days 21 b. Surface temperature greater than 50'F and less than 95°F 22 2. No work shall occur if weather conditions may harm or damage the final finished 23 surface. 24 3.4 APPLICATION 25 A. Apply in accordance with the manufacturer's recommendations. 26 B. Background Application 27 1. Apply the background with 3-or 4-inch roller with %i-inch nap,unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1-or V2-inch artificial nylon or polyester or combination 31 brush and stencils,unless otherwise approved by the City. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ci1yNo.2306 Version November 4,2013 32 1725-3 CURB ADDRESS PAINTING Page 3 of 3 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/4/2013 Fred Griffin Clarified 1.2.A.La—to show bid item includes two curb faces. And 1.2.A.2.a— includes per address. 13 CITY OF FORT WORTH Mosier Valley Park ,. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Version November 4,2013 3232 13-1 CAST-IN-PLACE CONCRETE RETAINING WALLS Page I of 6 1 SECTION 32 32 13 2 CAST-IN-PLACE CONCRETE RETAINING WALLS 3 PART1 - GENERAL 4 1.1 SUMMARY F 5 A. Section Includes 6 1. Construction of cast-in-place concrete retaining wall(4 foot maximum height)of 7 the size and shape detailed on the Drawings and at the location shown on the 8 Drawings. 9 2. Construction of TxDOT standard cast-in-place,spread foot concrete retaining wall 10 of the size and shape detailed on the Drawings and at the location shown on the 11 Drawings. 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 03 30 00-Cast-in-Place Concrete 18 4. Section 3123 16—Unclassified Excavation 19 5. Section 3123 23 -Borrow 20 6. Section 3124 00-Embankments 21 7. Section 32 13 20-Concrete Sidewalks,Driveways and Barrier Free Ramps 22 8. Section 33 46 00- Subdrainage 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Concrete Retaining Wall with Sidewalk,Face 26 a. Measurement 27 1) Measurement for this Item shall be by the square foot of the front surface of 28 the wall. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement"will be paid for at the unit 32 price bid per square foot of Retaining Wall Face constructed. 33 c. The price bid shall include: 34 1) Excavation in back of Retaining Walls 35 2) Furnishing and placing footings 36 3) Leveling pads and copings 37 4) Furnishing,placing,and compacting backfill(except in embankment areas) 38 5) Furnishing and placing concrete,reinforcing steel,waterproofing material, 39 filter material and drain pipe,joint material,water stop,and filter fabric 40 when required CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 323213-2 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 2 of 6 1 6) Fabricating,curing, and finishing wall including special coatings when 2 specified 3 7) Sidewalk adjacent to Retaining Wall per Section 32 13 20 4 2. Concrete Retaining Wall with Sidewalk, Sidewalk 5 a. Measurement 6 1) Measurement for this Item shall be by the square foot of completed and 7 accepted Concrete Sidewalk in its final position. Measurement shall be 8 taken from face of wall to edge of concrete sidewalk. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement"will be paid for at the unit 12 price bid per square foot of Concrete Retaining Wall with Sidewalk, 13 Sidewalk installed. 14 c. The price bid shall include: 15 1) Excavating and preparing the subgrade 16 2) Furnishing and placing all materials 17 3. TxDOT Standard—Spread Footing Walls 18 a. Measurement 19 1) Measurement for this Item shall be by the square foot of the front surface of 20 the wall.Unless otherwise shown on the Drawings,measure area from 21 finished ground line on the face of the exterior wall to the top of the wall 22 including any coping required(not including railing). 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per square foot of Spread Footing Wall constructed. 27 c. The price bid shall include: 28 1) Excavation in back of Retaining Walls 29 2) Furnishing and placing footings 30 3) Leveling pads and copings 31 4) Furnishing,placing, and compacting backfill(except in embankment areas) 32 5) Furnishing and placing concrete,reinforcing steel,waterproofing material, 33 filter material and drain pipe,joint material,water stop,and filter fabric 34 when required 35 6) Fabricating, curing,and finishing wall including special coatings when 36 specified 37 1.3 REFERENCES 38 A. Definitions 39 1. Permanent Wall-Retaining wall with a design service life of 75 years.All walls 40 are presumed to be permanent walls unless otherwise specified in the Drawings. 41 B. Reference standards cited in this specification refer to the current reference standard 42 published at the time of the latest revision date logged at the end of this specification, 43 unless a date is specifically cited. 44 1. ASTM International(ASTM): 45 a. D4491, Standard Test Methods for Water Permeability of Geotextiles by 46 Permittivity 47 b. D4533, Standard Test Method for Trapezoid Tearing Strength of Geotextiles CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 323213-3 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 3 of 6 1 c. D4632, Standard Test Method for Grab Breaking Load and Elongation of 2 Geotextiles 3 d. D4751, Standard Test Method for Determining Apparent Opening Size of a 4 Geotextile 5 2. Texas Department of Transportation(TXDOT), Standard Specifications for 6 Construction and Maintenance of Highways and Bridges: 7 a. 110,Excavation 8 b. 132,Embankment 9 c. 400,Excavation and Backfill for Structures 10 d. 420,Concrete Structures 11 e. 421,Hydraulic Cement Concrete 12 f. 423,Retaining Walls 13 g. 440,Reinforcing Steel 14 h. 445,Galvanizing 15 i. 458,Waterproofing Membranes for Structures 16 j. 556,Pipe Underdrains 17 3. TxDOT Standard—Spread Footing Walls 18 a. RW 1 (L)A—Low Footing Pressure,Design A Retaining Walls 19 b. RW 1 (L)B—Low Footing Pressure,Design B Retaining Walls 20 c. RW 1 (L)C—Low Footing Pressure,Design C Retaining Walls 21 d. RW 1 (H)A—High Footing Pressure,Design A Retaining Walls 22 e. RW 1 (H)B—High Footing Pressure,Design B Retaining Walls 23 f. RW 1 (H)C—High Footing Pressure,Design C Retaining Walls 24 g. RW 2—Retaining Wall Miscellaneous Details 25 4. Texas Department of Transportation(TXDOT),Manual of Testing Procedures: 26 a. Tex-616-J,Construction Fabrics 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS 29 A. See Section 03 30 00. 30 1.6 ACTION SUBMITTALS [NOT USED] 31 1.7 CLOSEOUT SUBMITTALS [NOT USED] 32 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.9 QUALITY ASSURANCE 34 A. See Section 03 30 00. 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. See Section 03 30 00. 37 1.11 SITE CONDITIONS 38 A. Ambient Conditions: See Section 03 30 00. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 323213-4 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 4 of 6 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Concrete and Reinforcing Steel 6 1. Concrete Retaining Wall with Sidewalk 7 a. Section 03 30 00. 8 2. TxDOT Standard—Spread Footing Walls 9 a. 420,Concrete Structures 10 b. 421,Hydraulic Cement Concrete 11 c. 440,Reinforcing Steel 12 d. 445,Galvanizing 13 e. 458,Waterproofing Membranes for Structures 14 B. Backfill 15 1. Concrete Retaining Wall with Sidewalk 16 a. Section 3123 23 17 2. TxDOT Standard—Spread Footing Walls 18 a. 132,Embankments 19 C. Underdrains 20 1. Concrete Retaining Wall with Sidewalk 21 a. Section 33 46 00 22 2. TxDOT Standard—Spread Footing Walls 23 a. 556,Pipe Underdrains 24 D. Filter Fabric 25 1. General 26 a. Provide standard weight fabric for retaining walls and soil separation. 27 b. Provide filter fabric rated as UV-resistant when used as part of the exposed 28 facing for a temporary wall. 29 c. The fabric consists exclusively of manmade thermoplastic fibers, is a non- 30 woven geotextile fabric,and forms a mat of uniform quality. 31 d. Fabric fibers are continuous and random throughout the fabric. 32 e. The fabric is mildew resistant and rot-proof,and it is satisfactory for use in a 33 wet soil and aggregate environment. 34 2. Physical Requirements: The fabric must conform to the requirements listed in Table 35 1 when tested in accordance with the test methods specified. 36 37 Table 1 38 Filter Fabric Requirements 39 Physical Properties Test Method Value Fabric Weight,on an ambient Tex-6164 4 oz/yard temperature air-dried,tension free sample CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 323213-5 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 5 of 6 Permittivity, 1/sec ASTM D4491 1.0,min Tensile Strength,lbs ASTM D4632 100 lbs Apparent Opening Size ASTM D4751 70-100 Elongation at yield,percent ASTM D4632 20-100 Trapezoidal Tear, lbs ASTM D4533 35 lbs 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 8 A. Construct retaining walls in accordance with the Drawings and to the pertinent 9 requirements of the following Sections: 10 1. Concrete Retaining Wall with Sidewalk 11 a. Section 03 30 00 12 b. Section 3123 16 13 c. Section 3123 23 14 d. Section 3124 00 15 e. Section 33 46 00 16 2. TxDOT Standard—Spread Footing Walls 17 a. 110,Excavation 18 b. 132,Embankment 19 c. 400,Excavation and Backfill for Structures 20 d. 423,Retaining Walls 21 e. 420, Concrete Structures -- 22 f. 458,Water proofing Membranes for Structures 23 g. 556,Pipe Underdrains 24 3.5 REPAIR 25 A. See Section 03 30 00. 26 3.6 RE-INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL 28 A. See Section 03 30 00. CITY OF FORT WORTH Mosier Valley Park a STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 323213-6 CAST-IN-PLACE CONCRETE RETAINING WALLS Page 6 of 6 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—Payment Item for concrete retaining wall with sidewalk was broken into two Items:one for the face of wall and one for the sidewalk. 9 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division I -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this Item and 18 measured as provided under"Measurement"will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once,regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 37 1.11 FIELD [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART 2- PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated, fertile topsoil that: 6 a. Is free from objectionable material including subsoil,weeds, clay lumps,non- 7 soil materials,roots,stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders,slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered,extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum: 4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street,the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point(behind the walk),the grade may slope up or down at maximum 40 slope of 4:1. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 B. Placing of Topsoil 2 1. Spread the topsoil to a uniform loose cover at the thickness specified. 3 2. Place and shape the topsoil as directed. 4 3. Hand rake finish a minimum of 5 feet from all flatwork. 5 4. Tamp the topsoil with a light roller or other suitable equipment. 6 3.5 REPAIR/RESTORATION] [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 f' s CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-1 HYDROMULCHING,SEEDING AND SODDING Pagel of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 6) Disposal of surplus materials 42 3. Mowing CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item shall per each. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 6 price bid per each. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS 11 A. Seed 12 1. Vendors' certification that seeds meet Texas State seed law including: 13 a. Testing and labeling for pure live seed(PLS) 14 b. Name and type of seed 15 2. All seed shall be tested in a laboratory with certified results presented to the City in 16 writing,prior to planting. 17 3. All seed to be of the previous season's crop and the date on the container shall be 18 within 12 months of the seeding date. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Block Sod 24 1. Protect from exposure to wind,sun and freezing. 25 2. Keep stacked sod moist. 26 B. Seed 27 1. If using native grass or wildflower seed, seed must have been harvested within 100 28 miles of the construction site. 29 2. Each species of seed shall be supplied in a separate, labeled container for 30 acceptance by the City. 31 C. Fertilizer 32 1. Provide fertilizer labeled with the analysis. 33 2. Conform to Texas fertilizer law. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 2.2 MATERIALS AND EQUIPMENT 2 A. Materials 3 1. Block Sod 4 a. Sod Varieties(match existing if applicable) 5 1) "Stenotaphrum secundatum" (St.Augustine grass) 6 2) "Cynodon dactylon" (Common Bermudagrass) 7 3) "Buchloe dactyloides" (Buffalograss) 8 4) an approved hybrid of Common Bermudagrass 9 5) or an approved Zoysiagrass 10 b. Sod must contain stolons,leaf blades,rhizomes and roots. 11 c. Sod shall be alive,healthy and free of insects, disease, stones,undesirable 12 foreign materials and weeds and grasses deleterious to its growth or which 13 might affect its subsistence or hardiness when transplanted. 14 d. Minimum sod thickness: 3/4 inch 15 e. Maximum grass height: 2 inches 16 f. Acceptable growing beds 17 1) St.Augustine grass sod: clay or clay loam topsoil 18 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 19 g. Dimensions 20 1) Machine cut to uniform soil thickness. 21 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 22 handled and rolled without breaking. 23 h. Broken or torn sod or sod with uneven ends shall be rejected. 24 2. Seed 25 a. General 26 1) Plant all seed at rates based on pure live seed(PLS) 27 a) Pure Live Seed(PLS)determined using the formula: 28 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 29 Percent Firm or Hard Seed)+ 100] 30 2) Availability of Seed 31 a) Substitution of individual seed types due to lack of availability may be s 32 permitted by the City at the time of planting. 33 b) Notify the City prior to bidding of difficulties locating certain species. 34 3) Weed seed 35 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 36 and other material in the mixture 37 b) Seed not allowed: 38 (1) Johnsongrass 39 (2) Nutgrass seed 40 4) Harvest seed within 1-year prior to planting 41 b. Non-native Grass Seed 42 1) Plant between April 15 and September 10 43 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 44 45 2) Plant between September 10 and April 15 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 1 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 2 3 c. Native Grass Seed 4 1) Plant between February 1 and October 1. 5 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Boutelozra curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 6 7 d. Wildflower Seed 8 1) Plant between the following: 9 a) March 5 and May 31 10 b) September 1 and December 1 11 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia arnplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculate 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 12 *not to be planted within ten feet of a road or parking lot or within three feet of a 13 walkway 14 15 e. Temporary Erosion Control Seed 16 1) Consist of the sowing of cool season plant seeds. 17 3. Mulch 18 a. For use with conventional mechanical or hydraulic planting of seed. 19 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 20 (waste products from paper mills or recycled newspaper). CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch),No.2306 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 c. No growth or germination inhibiting factors. 2 d. No more than ten percent moisture, air dry weight basis. 3 e. Additives:binder in powder form. 4 f. Form a strong moisture retaining mat. 5 4. Fertilizer 6 a. Acceptable condition for distribution 7 b. Applied uniformly over the planted area 8 c. Analysis 9 1) 16-20-0 10 2) 16-8-8 11 d. Fertilizer rate: 12 1) Not required for wildflower seeding 13 2) Newly established seeding areas- 100 pounds of nitrogen per acre 14 3) Established seeding areas- 150 pounds of nitrogen per acre 15 5. Topsoil: See Section 32 91 19. 16 6. Water: clean and free of industrial wastes or other substances harmful to the 17 germination of the seed or to the growth of the vegetation. 18 7. Soil Retention Blanket 19 a. "Curlex P' from American Excelsior, 900 Ave. H East,Post Office Box 5624, 20 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 21 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION [NOT USED] 25 3.1 INSTALLERS [NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A. Surface Preparation: clear surface of all material including: 29 1. Stumps, stones, and other objects larger than one inch. 30 2. Roots,brush,wire, stakes,etc. 31 3. Any objects that may interfere with seeding or maintenance. 32 B. Tilling 33 1. Compacted areas: till 1 inch deep 34 2. Areas sloped greater than 3:1:run a tractor parallel to slope to provide less 35 seed/water run-off 36 3. Areas near trees: Do not till deeper than 1/2 inch inside"drip line" of trees. 37 3.4 INSTALLATION 38 A. Block Sodding 39 1. General 40 a. Place sod between curb and walk and on terraces that is the same type grass as 41 adjacent grass or existing lawn. _ CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 2 average first freeze in the fall. 3 2. Installation 4 a. Plant sod specified after the area has been completed to the lines and grades 5 shown on the Drawings with 6 inches of topsoil. 6 b. Use care to retain native soil on the roots of the sod during the process of 7 excavating,hauling and planting. 8 c. Keep sod material moist from the time it is dug until planted. 9 d. Place sod so that the entire area designated for sodding is covered. 10 e. Fill voids left in the solid sodding with additional sod and tamp. 11 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 12 slope. 13 g. Peg sod with wooden pegs (or wire staple)driven through the sod block to the 14 firm earth in areas that may slide due to the height or slope of the surface or 15 nature of the soil. 16 3. Watering and Finishing 17 a. Furnish water as an ancillary cost to Contractor by means of temporary 18 metering/irrigation,water truck or by any other method necessary to achieve 19 an acceptable stand of turf as defined in 3.13.13. 20 b. Thoroughly water sod immediately after planted. 21 c. Water until established. 22 d. Generally, an amount of water that is equal to the average amount of rainfall 23 plus 1/2 inch per week should be applied until accepted. If applicable,plant 24 large areas by irrigation zones to ensure areas are watered as soon as they are 25 planted. 26 B. Seeding 27 1. General 28 a. Seed only those areas indicated on the Drawings and areas disturbed by 29 construction. 30 b. Mark each area to be seeded in the field prior to seeding for City approval. 31 2. Broadcast Seeding 32 a. Broadcast seed in 2 directions at right angles to each other. 33 b. Harrow or rake lightly to cover seed. 34 c. Never cover seed with more soil than twice its diameter. 35 d. For wildflower plantings: 36 1) Scalp existing grasses to 1 inch 37 2) Remove grass clippings,so seed can make contact with the soil. 38 3. Mechanically Seeding(Drilling): 39 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 40 b. All varieties of seed and fertilizer may be distributed at the same time provided 41 that each component is uniformly applied at the specified rate. 42 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 43 drill. 44 d. Drill on the contour of slopes 45 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 46 of the "Cultipacker"type. 47 f. Roll slope areas on the contour. 48 4. Hydromulching CITY OF FORT WORTH Mosier Valle),Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 2 1) Mixture is uniformly suspended to form a homogenous slurry. 3 2) Mixture forms a blotter-like ground cover impregnated uniformly with 4 grass seed. 5 3) Mixture is applied within 30 minutes after placed in the equipment. 6 b. Placing 7 1) Uniformly distribute in the quantity specified over the areas shown on the 8 Drawings or as directed. 9 5. Fertilizing: uniformly apply fertilizer over seeded area. 10 6. Watering 11 a. Furnish water by means of temporary metering/irrigation,water truck or by 12 any other method necessary to achieve an acceptable stand of turf as defined in 13 3.13.B. 14 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 15 c. Water as direct by the City at least twice daily for 14 days after seeding in such 16 a manner as to prevent washing of the slopes or dislodgement of the seed. 17 d. Water until final acceptance. 18 e. Generally,an amount of water that is equal to the average amount of rainfall 19 plus 1/2 inch per week should be applied until accepted. 20 3.5 REPAIR/RESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES 27 3.12 PROTECTION [NOT USED] 28 3.13 MAINTENANCE 29 A. Block Sodding 30 1. Water and mow sod until completion and final acceptance of the Project or as 31 directed by the City. 32 2. Sod shall not be considered finally accepted until the sod has started to peg down 33 (roots growing into the soil)and is free from dead blocks of sod. 34 B. Seeding 35 1. Water and mow sod until completion and final acceptance of the Project or as 36 directed by the City. 37 2. Maintain the seeded area until each of the following is achieved: 38 a. Vegetation is evenly distributed 39 b. Vegetation is free from bare areas 40 3. Turf will be accepted once fully established. 41 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 42 cycle performed by the Contractor prior to consideration of acceptance by the 43 City. CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 C. Rejection 2 1. City may reject block sod or seeded area on the basis of weed populations. 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION 5 Revision Log DATE NAME SUMMARY OF CHANGE 6 CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-1 TREES AND SHRUBS Pagel of 8 1 SECTION 32 93 43 2 TREES AND SHRUBS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 31 10 00 Site Clearing 14 4. Section 32 92 13 -Hydromulching, Seeding and Sodding 15 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Plant Tree 19 a. Measurement 20 1) Measurement for this Item shall be per each by caliper inch. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per each tree to be Planted by caliper inch. 25 c. The price bid shall include: 26 1) Furnishing and installing trees 27 2) Hauling 28 3) Grading and backfilling 29 4) Excavation 30 5) Fertilization 31 6) Water 32 7) Removing and disposing of surplus material 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this specification refer to the current reference standard 36 published at the time of the latest revision date logged at the end of this 37 specification,unless a date is specifically cited. 38 2. American National Standards Institute(ANSI): 39 a. ANSI Z60.1,American Standard for Nursery Stock F CITY OF FORT WORTH Mosier-Valley Pai k STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-2 TREES AND SHRUBS Page 2 of 8 1 3. Hortus Third,The Staff of the L.H.Bailey Hortorium. 1976. MacMillan Publishing 2 Co.,New York. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 ACTION SUBMITTALS [NOT USED] 5 1.6 INFORMATIONAL SUBMITTALS 6 A. Tree data: Submit certification from supplier that each type of tree conforms to 7 specification requirements. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Coordination 12 1. Coordinate with City Forester prior to beginning construction activities adjacent to 13 or that will impact existing trees and shrubs. 14 B. Qualifications 15 1. Landscaper specialized in landscape and planting work 16 C. Substitutions 17 1. Not permitted unless approved by City when specified planting material is not 18 obtainable 19 a. Submit proof of non-availability together with proposal for use of equivalent 20 material. 21 b. Substitutions of larger size or better grade than specified will be allowed upon 22 approval by City Forester,but with no increase in unit price. 23 1.10 DELIVERY,STORAGE,AND HANDLING 24 A. Do not remove container grown stock from containers before time of planting. 25 B. Delivery and Acceptance Requirements 26 1. Ship trees with Certificates of Inspection as required by governing authorities. 27 2. Label each tree and shrub with securely attached waterproof tag bearing legible 28 designation of botanical and common name. 29 3. Use protective covering during delivery. 30 4. Deliver packaged materials in fully labeled original containers showing weight, 31 analysis and name of manufacturer. 32 C. Storage and Handling Requirements 33 1. Protect materials from deterioration during delivery, and while stored at Site. 34 2. Do not prune prior to installation. 35 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark,break 36 branches, or destroy natural shape. 37 1.11 FIELD CONDITIONS [NOT USED] 38 1.12 WARRANTY 39 A. Warranty Period: 24 months after job acceptance CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-3 TREES AND SHRUBS Page 3 of 8 1 B. Warrant trees against defects including: 2 1. Death 3 2. Unsatisfactory growth 4 3. Loss of shape due to improper pruning,maintenance,or weather conditions 5 C. Plumb leaning trees during warranty period. 6 D. Remove and replace trees found to be dead during warranty period. 7 E. Remove and replace trees which are in doubtful condition at end of warranty period,or 8 when approved by City,extend warranty period for trees for full growing season. 9 PART 2- PRODUCTS 10 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 11 2.2 MATERIALS 12 1. General 13 a. Plants shall be true to species and variety specified,grown under climatic 14 conditions similar to those in the locality of the project for at least 2 years and 15 have been freshly dug during the most recent favorable harvest season. 16 b. All plant names and descriptions are as defined in Hortus Third. 17 c. All plants are to be grown and harvested in accordance with the American 18 Standard for Nursery Stock. 19 d. Unless approved by the City Forester,plants shall have been grown in a latitude 20 not more than 200 miles north or south of the latitude of the project unless the 21 provenance of the plant can be documented to be compatible with the latitude 22 and cold hardiness zone of the planting location. 23 2. Trees 24 a. Provide container grown trees which are straight and symmetrical and have 25 persistently preferred main leader. 26 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 27 the field with a 1-inch diameter spot of white paint on the tree trunk within the 28 bottom twelve inches of the trunk. 29 c. Crown shall be in good overall proportion to entire height of tree with 30 branching configuration as recommended by ANSI Z60.1 for type and species 31 specified. 32 d. Trees designated as balled and burlapped(B&B)shall be properly dug with 33 firm,natural balls of soil retaining as many fibrous roots as possible,in sizes 34 and shapes as specified in the American Standard for Nursery Stock.Balls shall 35 be firmly wrapped with nonsynthetic,rottable burlap and secured with nails and 36 heavy,nonsynthetic,rottable twine.The root collar shall be apparent at surface 37 of ball.Trees with loose,broken,processed,or manufactured root balls will not 38 be accepted,except with special written approval before planting. 39 e. Where clump is specified,furnish plant having minimum of three stems 40 originating from common base at ground line. 41 £ Measure trees by average caliper of trunk as follows: 42 1) For trunks up to 4 inches or less in diameter,measure caliper 6 inches 43 above top of root ball. 44 2) For trunks more than 4 inches,measure caliper 12 inches above top of root 45 ball. i CITY OF FORT WORTHeP Mosier Tull Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-4 TREES AND SHRUBS Page 4 of 8 1 3) Caliper measurements 2 a) By diameter tape measure 3 b) Indicated calipers on Drawings are minimum 4 c) Averaging of plant caliber: not permitted 5 g. Trees shall conform to following requirements: 6 1) Healthy 7 2) Vigorous stock 8 3) Grown in recognized nursery 9 4) Free of: 10 a) Disease 11 b) Insects 12 c) Eggs 13 d) Larvae 14 e) Defects such as: 15 (1) Knots 16 (2) Sun-scald 17 (3) Injuries 18 (4) Abrasions 19 (5) Disfigurement 20 (6) Borers and infestations 21 3. Soil Products 22 a. Topsoil: See 32 91 19. 23 b. Peat moss,mulch and fertilizer: Use material recommended by City Forester 24 for establishment of healthy stock after replanting. 25 4. Stakes and Guys 26 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 27 b. Where applicable for anchoring trees,use wood deadmen: 28 1) Minimum: 2-inch by 4-inch stock 29 2) Minimum: 36 inches long and buried 3 feet. 30 3) Provide white surveyor's plastic tape for flagging tree guys. 31 5. Tree Wrap,Twine and Seal 32 a. Wrap 33 1) First quality 34 2) Bituminous impregnated tape 35 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 36 having qualities to resist insect infestation 37 b. Twine 38 1) Lightly tarred,medium-coarse sisal(lath)yarn 39 2) Do not use nails or staples to fasten wrapping 40 c. Seal: Commercially available tree wound dressing specifically produced for use 41 in sealing tree cuts and wounds 42 6. Water: clean and free of industrial wastes or other substances harmful to the growth 43 of the tree 44 2.3 ACCESSORIES [NOT USED] 45 2.4 SOURCE QUALITY CONTROL 46 A. Notify City,prior to installation,of location where trees that have been selected for 47 planting may be inspected. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-5 TREES AND SHRUBS Page 5 of 8 1 B. Plant material will be inspected for compliance with following requirements. 2 1. Genus, species,variety, size and quality 3 2. Size and condition of balls and root systems, insects, injuries and latent defects 4 PART 3- EXECUTION [NOT USED] 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION 8 A. General 9 1. Schedule work so that planting can proceed rapidly as portions of site become 10 available. 11 2. Plant trees after final grades are established and prior to seeding or sodding. 12 3. When planting of trees occurs after seeding work,protect seeded areas and 13 promptly repair damage to seeded areas resulting from tree planting operations in 14 compliance with requirements of Section 32 92 13. 15 4. Layout individual trees at locations shown on Drawings. 16 5. In case of conflicts,notify City before proceeding with work. 17 6. Stake trees for City approval. 18 B. Preparation of Planting Soil 19 1. Before mixing, clean topsoil of roots,plants, sod, stones,clay lumps,and other 20 extraneous materials harmful or toxic to plant growth. 21 2. Strip and utilize 4 inch layer of top soil from existing ground. 22 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 23 within 48 hours. 24 4. Incorporate amendments into soil as part of soil preparation process prior to fine 25 grading,fertilizing,and planting. 26 5. Broadcast or spread amendments evenly at specified rate over planting area. 27 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 28 amendments are pulverized and have become homogeneous layer of topsoil ready 29 for planting. 30 3.4 INSTALLATION 31 A. Planting 32 1. Excavate pits,beds,or trenches with vertical sides and with bottom of excavation 33 raised minimum of 6 inches at center for proper drainage. k 34 2. Provide following minimum widths: 35 a. 15 gallon containers or larger,2 feet wider than diameter of root ball 36 b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 37 3. When conditions detrimental to plant growth are encountered,such as 38 unsatisfactory soil,obstructions,or adverse drainage conditions,notify City before 39 planting. 40 4. Deliver trees after preparations for planting have been completed and plant 41 immediately. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-6 TREES AND SHRUBS Page 6 of 8 1 5. When planting is delayed more than 6 hours after delivery 2 a. Set trees and shrubs in shade. 3 b. Protect from weather and mechanical damage. 4 c. Keep roots moist by covering with mulch,burlap, or other acceptable means of 5 retaining moisture,and water as needed. 6 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 7 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 8 lever in positioning or moving the tree in the planting area. 9 7. Remove plastic,paper,or fibrous pots from the containerized plant material. Pull 10 roots out of the root mat,and cut circling roots with a sharp knife. Loosen the 11 potting medium and shake away from the root mat. Immediately after removing the 12 container, install the plant such that the roots do not dry out. Pack planting mix 13 around the exposed roots while planting. 14 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 15 Remove burlap or cloth wrapping and any wire baskets from around top half of 16 balls. Do not turn under and bury portions of burlap at top of ball. Set balled and 17 burlapped trees in the hole with the north marker facing north. 18 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 19 10. Place plants at level that,after settlement,natural relationship of plant crown with 20 ground surface will be established. 21 11. When set,place additional backfill around base and sides of ball,and work each 22 layer to settle backfill and eliminate voids and air pockets. 23 12. When excavation is approximately 2/3 full,water thoroughly before placing 24 remainder of backfill. 25 13. Repeat watering until no more water is absorbed. 26 14. Dish top of backfill to allow for mulching. 27 15. Mulch pits,trenches and planted areas. 28 a. All trees,shrubs and other plantings will be mulched with mulch previously 29 approved by the City Forester. The mulch on trees and shrubs shall be to the 30 depths shown on the drawing. Mulch must not be placed within 3 inches of the 31 trunks of trees and shrubs. 32 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level 33 with adjacent finish grades. 34 17. Cover entire root ball. 35 18. Prune 36 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 37 planting to correct defects in the tree structure,including removal of injured 38 branches,double leaders,watersprouts, suckers,and interfering branches. 39 Healthy lower branches and interior small twigs should not be removed except 40 as necessary to clear walks and roads. In no case should more than 1/4 of the 41 branching structure be removed. Retain the normal shape of the plant. 42 b. All pruning shall be completed using clean sharp tools.All cuts shall be clean 43 and smooth,with the bark intact with no rough edges or tears. 44 c. Except in circumstances dictated by the needs of specific pruning practices,tree 45 paint shall not be used. The use of tree paint shall be only upon approval of the 46 City Forester. Tree paint,when required, shall be paint specifically formulated 47 and manufactured for horticultural use. CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 329343-7 TREES AND SHRUBS Page 7 of 8 1 19. Prune trees to retain required height and spread. 2 20. Do not cut tree leaders,and remove only injured and dead branches from flowering 3 trees. 4 21. Remove and replace excessively pruned or misformed stock resulting from 5 improper pruning. 6 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 7 corrective measures. 8 23. Guy and stake trees immediately after planting. 9 B. Moving Existing Trees 10 1. Coordinate tree moving and replanting with City Forester during dormant growth 11 season. 12 2. Provide tree spade of adequate size as directed by City Forester. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD QUALITY CONTROL 16 A. City may reject unsatisfactory or defective material at anytime during progress of work. 17 B. Remove rejected trees immediately from site and replace with specified materials. 18 C. Plant material not installed in accordance with these Specifications will be rejected. 19 D. An inspection to determine final acceptance will be conducted by City at end of 12 20 month maintenance period. 21 E. Warranty periods provided for in paragraph 1.12A. 22 3.8 SYSTEM STARTUP [NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING 25 A. During planting work,keep pavements clean and work area in orderly condition. 26 B. Dispose of excess soil and waste in approved location. 27 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 28 permitted. 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION 31 A. Protect planting work and materials from damage due to planting operations. r 32 B. Maintain protection during installation and maintenance period. 33 C. Treat,repair,or replace damaged planting work. 34 3.13 MAINTENANCE 35 A. Maintenance Period shall be 24 months after final acceptance. 36 B. During the maintenance period if a work schedule and frequency are not shown on the 37 Drawings,perform the minimum requirements shown below: CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ch)No.2306 Revised December 20,2012 329343-8 TREES AND SHRUBS Page 8 of 8 1 1. Water trees to full depth a minimum of once each week or as required to maintain 2 healthy,vigorous growth. 3 2. Prune, cultivate, and weed as required for healthy growth. 4 3. Restore planting saucers. 5 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 6 grades or vertical position as required. 7 5. Restore or replace damaged wrappings. 8 6. Spray as required to keep trees and shrubs free of insects and disease. 9 7. Prune shrubs, grasses and perennials to keep them free of dead branches, dead 10 blooms,and expired seed heads. 11 8. Contractor shall replace any plant that does not survive. It shall be replaced as soon 12 as it is determined no longer alive. Contractor is to maintain new plants as 13 described above until growth is established and maintenance period expires unless 14 waived by the City. 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Payment Items removed for tree removal and transplantation;these Items are to be performed in accordance with Section 31 10 00. 12/20!2012 D.Johnson 3.13.A—modified maintenance period to begin 12 months after final acceptance 3.13.13—Modified maintenance period requirements 17 18 19 20 21 22 23 24 CITY OF FORT WORTH Mosier Vallee Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised December 20,2012 APPENDIX [Text in Blue is for information or guidance. Remove all blue text in the Project final documentation] GC-4.01 Availability of Lands<Provide current statement of record(s) legal title and legal descriptions for lands upon which the Work is to be peiformed> GC-4.02 Subsurface and Physical Conditions <Provide reports and/or drawings relative to subsurface conditions at the Project Site(excluding Underground Facilities)> GC-4.04 Underground Facilities<Provide drawings and/or documents that provide information for Underground Facilities at or contiguous to the Project Site> l GC-4.06 Hazardous Environmental Condition at Site<Provide any report and/or drawing relative to hazardous environmental conditions at or contiguous to the Site> GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide MWBE forms, including Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Foran, Good Faith Effort Form, and Joint Venture Eligibilio,Form> GC-6.07 Wage Rates <Provide the applicable wage rate table(s)for this Project> GC-6.09 Permits and Utilities <Provide all City obtained Permits available at the time ofAdvertisement> GC-6.24 Nondiscrimination<Provide form PR-1273, "Federal Requirements for Federal-Aid Construction Contracts"and any other related documents for Projects with Federal Assistance, otherwise write `None"> GR-01 60 00 Product Requirements<Provide City's current Standard Product List> CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GC-6.09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Mosier Valley Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City No.2306 Revised July 1,2011