Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contract 48990
/.CITY SECRETAR . D.O.E. FILE CONTRACTOR'S BONDING CO. FORTWORTH c -- CONSTRUCTION'S COPY CLIENT DEPARTMENT PROJECT MANUAL FOR THE CONSTRUCTION OF Park Improvements at: Trail Drivers Park City Project No.02475 Betsy Price David Cooke Mayor City Manager Richard Zavala Director,Park and Recreation.Department Prepared for The City of Fort Worth Park and Recreation Department 2014 Bond Program Schrickel, Rollins & Associates, Inc. OFFICIAL RECORD 1161 Corporate Drive West, Suite 200 CITY SECRETARY Arlington,TX. 76006 FT.WORTH,TX A. q� 0F'.'r %11 . *�a 10� a 8 0 CH HN ER .� * ....................... ..... 84810 "Cl Nj► Z5i 4� oa <<c gEa. 646 I/4 FORT WORTH, "'14 City of Fort Worth Standard Construction Specification Documents# Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 -General Conditions 00 05 10 Mayor and Council Communication 00 05 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Pre-Qualifications 00 45 12 Pre-Qualification Statement 00 45 13 Bidders Pre-Qualification Application 00 45 14 Bidder's Statement of Qualifications 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 00 61 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 007200 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 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 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 Technical Specifications which have been modified by the Engineer specifically for this Project;hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete Division 12—Site Furnishings 12 93 00 Site Furnishings 12 93 10 Cast In Place ADA Tile Division 26-Electrical 26 05 00 Common Work Results for Electrical 26 05 10 Demolition for Electrical Systems 26 05 19 Low-Voltage Electrical Power Conductors and Cables 26 05 26 Grounding and Bonding for Electrical Systems 26 05 29 Supports for Electrical Systems 26 05 33 Raceways and Boxes for Electrical Systems 26 05 43 Underground Ducts and Raceways for Electrical Systems 26 05 53 Identification for Electrical Systems 26 05 73 Arc-Flash Study 26 24 16 Panelboards 26 27 26 Wiring Devices 26 28 13 Fuses 26 28 16 Enclosed Circuit Breakers 26 56 68 Exterior Lighting Division 31 -Earthwork 31 1000 Site Clearing 31 22 00 Earthwork 31 23 16 Unclassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 Flexible Base Courses 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 1373 Concrete Paving Joint Sealants 32 16 13 Concrete Curb and Gutters and Valley Gutters CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 32 17 23 Pavement Markings 3291 19 Topsoil Placement and Finishing 32 92 13 Hydro-Mulching,Seeding,and Sodding Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment,and Backfill 33 05 30 Location of Existing Utilities Appendix GC-4.02 Subsurface and Physical Conditions GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FOR f1 COUNCIL ACTION: Approved on 3/7/2017 DATE: 3/7/2017 REFERENCE **C-28144 LOG NAME: 80TRAIL DRIVERS PARK IMP- NO.: NORTH ROCK CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT, Authorize Execution of a Construction Contract with North Rock Construction, LLC, in the Amount of$355,168.59 for the Construction of Trail Drivers Park Improvements and Provide for Additional Project Costs and Contingencies in the Amount of$29,038.67 for a Total Construction Cost of$384,207.26 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize the execution of a construction contract with North Rock Construction, LLC, in the amount of$355,168.59 for the construction of Trail Drivers Park Improvements. DISCUSSION: The purpose of this Mayor and Council Communication (M&C) is to authorize the award and execution of a construction contract with North Rock Construction, LLC, in the amount of$355,168.59,for the construction of Trail Drivers Park Improvements. Total appropriations are summarized below: Source M&C Current Appropriations Proposed Total 34014 - 2014 Bond Program - $500,000.00 N/A $500,000.00 39302 - Gas Well Revenue G-18917 $23,245.00 N/A $23,245.00 Total - $523,245.00 N/A $523,245.00 A portion of this project will be funded through the 2014 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse which was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014) and the subsequent ordinance authorizing the issuance of the debt(Ordinance No. 22216-05-2016). On February 9, 2016, Mayor and Council Communication (M&C C-27618)the City Council authorized the award of an Engineering Agreement with Schrickel, Rollins and Associates, Inc., in the amount of $64,948.00 for the design and engineering of this project(City Secretary No. 47578). Upon the conclusion of the design and development and completion of construction plans, the project was advertised for bids on November 10, 2017 and November 17, 2016 in the Fort Worth Star-Telegram. On December 8, 2016, the following bids were received and tabulated: BIDDERS (*LOW) BASE BID TOTALS (PLUS BID ALT) 4'..Mr, 1 RR SQ *North Rock Construction LLC C. Green Scaping, LP $367,193.00 Raydon, Inc. $381,074.90 lNorthstar Construction, LLC $407,932.00 Lifestyle Construction $411,655.61 12L Construction LLC $412,907.50 Cole Construction Inc. $418,801.00 IlDenco CS Corp $436,568.25 IThe Fain Group, Inc. $495,530.00 Base Bid improvements include: new concrete trails, two new 16'x20' pavilions and associated electrical, two security light poles and one accessible ramp. The bid alternate awarded with this contract includes grading and drainage improvements surrounding the existing playground, installation of one additional 16'x20' pavilion, installation of six picnic tables, five benches and a construction allowance in the amount of $11,500.00. An annual maintenance cost of$3,552.00 is necessary for this project. Construction is anticipated to commence in March 2017 and be completed by August 2017. Contract time is 148 calendar days. M/WBE OFFICE: North Rock Construction, LLC., is in compliance with the City's BIDE Ordinance by committing to six percent MBE participation. The City's MBE goal on this project is six percent. Trail Drivers Park is located in COUNCIL DISTRICT 2. FISCAL INFORMATIONXERTIFICATION: The Director of Finance certifies that funds are available in the current capital budget, as appropriated, of the 2014 Bond Program and the PACS Gas Lease Capital Projects Legacy Fund. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartField 2 FROM Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year ChartField 2 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: Carlos Gonzalez(5734) ATTACHMENTS Form 1295-North Rock.odf Mat)-Trail Drivers Park_pdf ADDENDUM ONE Page 1 of 1 ADDENDUM #1 PARK IMPROVEMENTS AT:TRAIL DRIVERS PARK November 15,2016 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. PROJECT MANUAL REFER TO SECTION 0011 13 INVITATION TO BIDDERS Replace Section 00 11 13 Invitation to Bidders from Project Manual with attach Sections END OF ADDENDUM #1 Bid Opening Date: December 8,2016 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: November 15,2016 ADDENDUM TWO Page 1 of 1 ADDENDUM #2 PARK IMPROVEMENTS AT:TRAIL DRIVERS PARK November 28,2016 TO ALL BIDDERS: Please attach to your specifications.This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEETS E1.01 Replace Construction Drawing Sheets E1.01 with attached revised Sheet E1.01 PROJECT MANUAL REFER TO SECTION 00 42 43 PROPOSAL FORM Replace Section 00 42 43 Proposal Form from Project Manual with attached Proposal Form BUZZSAW PROJECT FOLDER REFER TO FILE:00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls Replace with file:Revised 2016-11-28 00 410000 43 1300 42 4300 43 37 00 45 12 00 35 13 Bid Proposal Workbook xis END OF ADDENDUM #2 Bid Opening Date: December 8,2016 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: November 28,2016 TRAIL DRIVERS PARK CITY OF FORT WORTH,TEXAS �P� '•a •r YAGGI ENGINEERING, INC. ...... .. R. TIM YAGGI ........ ............ 58401-20 West, Suite 2705704 _ Arlington,Texas 76017 •'': �/ST 817-483-2373 OWL www.yaggiengineedng.com YE Project No. 1618.00 THE SEAL APPEARING ON THIS DOCUMENT WAS AUTHORIZED BY R. TIM YAGGI,P.E.57030 ON 11/28/2016. ELECTRICAL ADDENDUM ITEMS ITEM 1: Revised SHEET E1.01, dated 11/28/2016, is attached and included as a part of this addendum. END OF ADDENDUM - 1 - ADDENDUM THREE Page I of I ADDENDUM #3 PARK IMPROVEMENTS AT:TRAIL DRIVERS PARK November 30,2016 TO ALL BIDDERS: Please attach to your specifications.This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEETS E1.01 and E3.01 Reference sheets E1.01 and E3.01;feeder between Panel HP2(Electrical Equipment Enclosure No. 2)and Panel HP1 (Electrical Equipment Enclosure No. 1)shall be 3#2/0 AL, #4G in 20C in lieu of 2#2/0 AL, #6G in 2"C. END OF ADDENDUM #3 Bid Opening Date: December 8,2016 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: November 30,2016 ADDENDUM FOUR Page 1 of 1 ADDENDUM #4 PARK IMPROVEMENTS AT:TRAIL DRIVERS PARK December 2,2016 TO ALL BIDDERS: Please attach to your specifications. This addendum is hereby made a part of the Contract Documents and is issued to modify explain or correct the original drawings and/or project manual. CONSTRUCTION DRAWINGS REFER TO SHEET 1-1.00 Reference sheet L 1.00 General Notes and Legend, The following note shall be added to Grading Notes as note number 11. "All disturbed areas due to construction activity shall be hydromulch seeded as specified. Reference grading plan sheets L3.01 through L3.03 for proposed disturbed areas from site grading." END OF ADDENDUM #4 Bid Opening Date: December 8,2016 Acknowledge the receipt of this Addendum on your Proposal. By: Carlos Gonzalez Project Manager (817) 392-5734 carlos.gonzalez@fortworthgov.org Release Date: December 2,2016 001113-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Trail Drivers Park Improvements-02475 will be received by 6 the City of Fort Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throckmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,December 8,2016, and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: Construction and associated 17 earthwork for 2,630 LF of 6' wide trail and associated bench pads/benches,construction and 18 associated earthwork for three 16'x20' pavilions and foundations,Instillation of(6)picnic tables 19 under pavilions,two 12' pedestrian light fixtures and associated electrical,electrical outlets in 20 three pavilions,remove and replace existing accessible ramp and 40 LF of 6' trail to meet ADA 21 requirements; Bid Alternates include half of the proposed asphalt parking lot with concrete curb 22 and gutter including associated earthwork and subgrade,complete proposed asphalt parking lot 23 with concrete curb and gutter including the associated earthwork and subgrade,removal and 24 realignment of 6' trail and grading of drainage Swale along with extension of segmented R-Rap 25 wall 110 LF, site furniture(5 benches and 6 tables),construction and associated earthwork/site 26 work for(1)one pavilion,Replacement of existing parking lot light fixtures with LED fixtures, 27 2"mill and overlay of existing asphalt parking lot and a change order allowance. 28 29 QUALIFICATION 30 The improvements included in this project must be performed by a contractor who is qualified by 31 the City at the time of bid opening.The procedures for qualification and qualification are outlined 32 in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 33 34 DOCUMENT EXAMINATION AND PROCUREMENTS 35 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 36 of Fort Worth's Purchasing Division website at http://www.fortworth og v.org/�urchasing_/and 37 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 38 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 39 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 40 Parties Form 1295 and the form must be submitted to the Project Manager before the 41 contract will be presented to the City Council.The form can be obtained at 42 httns://www.ethics.state.tx.us/tee/1295-Info.htni 43 44 45 PREBID CONFERENCE 46 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 47 BIDDERS at the following location,date,and time: 48 DATE: November 23,2016 49 TIME: 9:00 am CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 23,2015 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 PLACE: 4200 S.Freeway,Ste. 200 2 Fort Worth,Texas 76115-1499 3 LOCATION: Park and Recreation Office on the second floor. 4 5 6 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 7 City reserves the right to waive irregularities and to accept or reject bids. 8 9 FUNDING 10 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 11 revenues generated from bonds and dedicated by Resolution of Park and Recreation Department 12 to the work under this INVITATION TO BIDDERS. 13 14 INQUIRIES 15 All inquiries relative to this procurement should be addressed to the following: 16 Attn: Carlos Gonzalez,City of Fort Worth 17 Email: Carlos.Gonzalez@fortworthtexas.gov 18 Phone: (817)-392-5734 19 AND/OR 20 Attn: Spencer Freeman,Schrickel,Rollins and Associates,Inc. 21 Email: sfreeman@sradesign.com 22 Phone: (817)-649-3216 23 24 ADVERTISEMENT DATES 25 November 10,2016 26 November 17,2016 27 28 END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 23,2015 00 21 13-1 INSTRUCTIONS TO BIDDERS Page 1 of 9 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. Prime Bidder Qualification Requirements 33 34 3.1.The City will evaluate all submitted bids based on criteria and qualifications. 00 45 14 35 Bidder's Statement of Qualifications is to be submitted and received by the Parks and 36 Recreation Department Project Manager no later than 5:00 P.M.,five(5)City business 37 days after the bid opening date,exclusive of the bid opening date. 38 39 3.1.1. The Prime Bidder,as general contractor or sub-contractor,must demonstrate 40 similar project scope experience on three(3)projects within the last three(3)years. 41 All subcontractors intended for use on this project shall also demonstrate similar 42 project scope experience necessary to successfully perform on their respective 43 portion of work on this project. 44 3.1.2. The Prime Bidder must provide a list the surety company(s)which issued bonds 45 for projects listed above.Additionally,the Prime bidder shall list the surety 46 company intended for use on this project. 47 3.1.3. The Prime Bidder must submit a current certified financial statement prepared by 48 an independent Certified Public Accountant. 49 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.2.The City reserves the right to reject any or all bids and waive any or all formalities. 2 The City will award one contract with a combination of base bids and/or alternates 3 which is most advantageous to the City. 4 5 3.3.Additional requirements for qualification may be required within various sections of the 6 Contract Documents. 7 8 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 9 10 4.1.Before submitting a Bid,each Bidder shall: 11 12 4.1.1. Examine and carefully study the Contract Documents and other related data 13 identified in the Bidding Documents(including "technical data"referred to in 14 Paragraph 4.2.below).No information given by City or any representative of the 15 City other than that contained in the Contract Documents and officially 16 promulgated addenda thereto,shall be binding upon the City. 17 18 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general,local and 19 site conditions that may affect cost,progress,performance or furnishing of the 20 Work. 21 22 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 23 progress,performance or furnishing of the Work. 24 25 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 26 contiguous to the Site and all drawings of physical conditions relating to existing 27 surface or subsurface structures at the Site(except Underground Facilities)that 28 have been identified in the Contract Documents as containing reliable "technical 29 data" and(ii)reports and drawings of Hazardous Environmental Conditions,if any, 30 at the Site that have been identified in the Contract Documents as containing 31 reliable "technical data." 32 33 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 34 the information which the City will furnish.All additional information and data 35 which the City will supply after promulgation of the formal Contract Documents 36 shall be issued in the form of written addenda and shall become part of the Contract 37 Documents just as though such addenda were actually written into the original 38 Contract Documents.No information given by the City other than that contained in 39 the Contract Documents and officially promulgated addenda thereto, shall be 40 binding upon the City. 41 42 4.1.6. Perform independent research, investigations,tests,borings,and such other means 43 as may be necessary to gain a complete knowledge of the conditions which will be 44 encountered during the construction of the project. On request,City may provide 45 each Bidder access to the site to conduct such examinations,investigations, 46 explorations,tests and studies as each Bidder deems necessary for submission of a 47 Bid. Bidder must fill all holes and clean up and restore the site to its former 48 conditions upon completion of such explorations,investigations,tests and studies. 49 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.7. Determine the difficulties of the Work and all attending circumstances affecting the 2 cost of doing the Work,time required for its completion,and obtain all information 3 required to make a proposal. Bidders shall rely exclusively and solely upon their 4 own estimates,investigation,research,tests,explorations,and other data which are 5 necessary for full and complete information upon which the proposal is to be based. 6 It is understood that the submission of a proposal is prima-facie evidence that the 7 Bidder has made the investigation,examinations and tests herein required.Claims 8 for additional compensation due to variations between conditions actually 9 encountered in construction and as indicated in the Contract Documents will not be 10 allowed. 11 12 4.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 13 between the Contract Documents and such other related documents.The Contractor 14 shall not take advantage of any gross error or omission in the Contract Documents, 15 and the City shall be permitted to make such corrections or interpretations as may 16 be deemed necessary for fulfillment of the intent of the Contract Documents. 17 18 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of. 19 20 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 21 the site which have been utilized by City in preparation of the Contract Documents. 22 The logs of Soil Borings,if any,on the plans are for general information only. 23 Neither the City nor the Engineer guarantee that the data shown is representative of 24 conditions which actually exist. 25 26 4.2.2. those drawings of physical conditions in or relating to existing surface and 27 subsurface structures(except Underground Facilities)which are at or contiguous to 28 the site that have been utilized by City in preparation of the Contract Documents. 29 30 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 31 on request. Those reports and drawings may not be part of the Contract 32 Documents,but the "technical data" contained therein upon which Bidder is entitled 33 to rely as provided in Paragraph 4.02.of the General Conditions has been identified 34 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 35 responsible for any interpretation or conclusion drawn from any "technical data" or 36 any other data,interpretations,opinions or information. 37 38 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 39 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 40 exception the Bid is premised upon performing and furnishing the Work required by the 41 Contract Documents and applying the specific means,methods,techniques, sequences or 42 procedures of construction(if any)that may be shown or indicated or expressly required 43 by the Contract Documents,(iii)that Bidder has given City written notice of all 44 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 45 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 46 etc.,have not been resolved through the interpretations by City as described in 47 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 48 and convey understanding of all terms and conditions for performing and furnishing the 49 Work. 50 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 00 21 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.4.The provisions of this Paragraph 4,inclusive,do not apply to Asbestos,Polychlorinated 2 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 3 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 4 Documents. 5 6 5. Availability of Lands for Work,Etc. 7 8 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 9 access thereto and other lands designated for use by Contractor in performing the Work 10 are identified in the Contract Documents. All additional lands and access thereto 11 required for temporary construction facilities,construction equipment or storage of 12 materials and equipment to be incorporated in the Work are to be obtained and paid for 13 by Contractor. Easements for permanent structures or permanent changes in existing 14 facilities are to be obtained and paid for by City unless otherwise provided in the 15 Contract Documents. 16 17 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 18 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 19 of-way,easements,and/or permits are not obtained,the City reserves the right to cancel 20 the award of contract at any time before the Bidder begins any construction work on the 21 project. 22 23 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 24 way,easements,and/or permits,and shall submit a schedule to the City of how 25 construction will proceed in the other areas of the project that do not require permits 26 and/or easements. 27 28 6. Interpretations and Addenda 29 30 6.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 31 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 32 received after this day may not be responded to.Interpretations or clarifications 33 considered necessary by City in response to such questions will be issued by Addenda 34 delivered to all parties recorded by City as having received the Bidding Documents. 35 Only questions answered by formal written Addenda will be binding. Oral and other 36 interpretations or clarifications will be without legal effect. 37 38 Address questions to: 39 40 City of Fort Worth 41 1000 Throckmorton Street 42 Fort Worth,TX 76102 43 Attn: Carlos Gonzalez,Park and Recreation Department 44 Fax: (817)-392-5724 45 Email:Carlos.Gonzalez@fortworthtexas.gov 46 Phone: (817)-392-5734 47 48 49 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 50 City. 51 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 6.3.Addenda or clarifications may be posted via Buzzsaw at 2 http://www.fortworthtexas.gov/purchasing/PACS/02475-Trail Drivers Park 3 Improvements l Addenda 4 5 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 6 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 7 Project. Bidders are encouraged to attend and participate in the conference. City will 8 transmit to all prospective Bidders of record such Addenda as City considers necessary 9 in response to questions arising at the conference. Oral statements may not be relied 10 upon and will not be binding or legally effective. 11 12 7. Bid Security 13 14 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 15 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 16 the requirements of Paragraphs 5.01 of the General Conditions. 17 18 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 19 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 20 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 21 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 22 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 23 other Bidders whom City believes to have a reasonable chance of receiving the award 24 will be retained by City until final contract execution. 25 26 8. Contract Times 27 The number of days within which,or the dates by which,Milestones are to be achieved in 28 accordance with the General Requirements and the Work is to be completed and ready for 29 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 30 attached Bid Form. 31 32 9. Liquidated Damages 33 Provisions for liquidated damages are set forth in the Agreement. 34 35 10. Substitute and "Or-Equal" Items 36 The Contract,if awarded,will be on the basis of materials and equipment described in the 37 Bidding Documents without consideration of possible substitute or"or-equal" items. 38 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 39 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 40 City,application for such acceptance will not be considered by City until after the Effective 41 Date of the Agreement. The procedure for submission of any such application by Contractor 42 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 43 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 44 45 11. Subcontractors,Suppliers and Others 46 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 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- 11 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 50 12.8. All names shall be typed or printed in ink below the signature. 51 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 2 which shall be filled in on the Bid Form. 3 4 12.10. Postal and e-mail addresses and telephone number for communications regarding the 5 Bid shall be shown. 6 7 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 8 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 9 to State Law Non Resident Bidder. 10 11 13. Submission of Bids 12 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 13 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 14 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 15 marked with the City Project Number,Project title,the name and address of Bidder,and 16 accompanied by the Bid security and other required documents. If the Bid is sent through the 17 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 18 with the notation "BID ENCLOSED" on the face of it. 19 20 14. Modification and Withdrawal of Bids 21 22 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 23 withdrawn prior to the time set for bid opening. A request for withdrawal must be 24 made in writing by an appropriate document duly executed in the manner that a Bid 25 must be executed and delivered to the place where Bids are to be submitted at any 26 time prior to the opening of Bids.After all Bids not requested for withdrawal are 27 opened and publicly read aloud,the Bids for which a withdrawal request has been 28 properly filed may,at the option of the City,be returned unopened. 29 30 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 31 time set for the closing of Bid receipt. 32 33 15. Opening of Bids 34 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 35 abstract of the amounts of the base Bids and major alternates(if any)will be made available 36 to Bidders after the opening of Bids. 37 38 16. Bids to Remain Subject to Acceptance 39 All Bids will remain subject to acceptance for the time period specified for Notice of Award 40 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 41 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 42 43 17. Evaluation of Bids and Award of Contract 44 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 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 45 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 46 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised May 27,2015(PACS) 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 3513 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror,or respondent(hereinafter also referred to as`you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 10 11 hM://www.ethics.state.tx.us/forms/CIQpdf 12 13 http://www.ethics.state.tx.us/forms/CIS.pdf 14 15 XQ CIQ Form is on file with City Secretary 16 17 Q CIQ Form is being provided to the City Secretary 18 19 Q CIS Form is on File with City Secretary 20 21 Q CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 North Rock Construction,LLC By: John F. Gann II 28 Company (Please Print) 29 �4- LZ=9 30 525 S. Loop 288 Suite'105 Signature: 31 Address 32 33 Denton,Texas 76205 Title: President 34 City/State/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised March 27,2012 00 41 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager do:The Purchasing Division 1000 Throckmorton Street City of Fort Worth,Texas 76102 FOR: Park Improvements at:Trail Drivers Park City Project No.: 2479 U nits/Sections: 34014-0800450-5740010—CO2479-CO4980-14020103 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification _2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. 'corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. 'collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 Copy of 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 00 41 00 BID FORM Page 2 of 3 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete Paving b. Shelter Installation c. Electrical d. Earthwork e. Asphalt Paving 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 148C4. 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. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form,Section 0041 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 Fortes(optional at time of bid) f. Prequalification Statement,Section 0045 12 g. Conflict of Interest Affidavit,Section 00 35 13 *If necessary,CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20150821 Copy of 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbookads 00 41 00 BID FORM Page 3 of 3 6.3. Evaluation of Alternate Bid Items Total Base Bid 2 '7 > ,Z%B.64 Alternate Bid 1 4 a O, 5 5 b . 64 Alternate Bid 2 1?.3 "o.51 %1 Alternate Bid 3 Z i t 'Al Li•S R Alternate Bid 4 13,5 tic( •0 Alternate Bid 5 Alternate Bid 6 3�0� 8 So ,0j Li Alternate Bid 7 Alternate Bid 8 '3a Z 3 6. 210 Alternate Bid 9 $27,500.00 Total Bid 6 5 8 1 3 16 0 6 7. Bid Submittal This Bid is submitted on December 8, 2016 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1: j (, (Signature) Addendum No.2: I2 L Addendum No.3: 12 5 John F. Gann II Addendum No.4: \C I S (Printed Name) o. = tL- 5 1 f, Title: President Company: North Rock Construction, LLC Corporate Seal: Address: 525 South Loop 288 Suite 105 _ = - Denton,Texas 76205 r State of Incorporation: Texas -� Email: jgann@nrockconstruction.com Phone: (940)220-5500 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Copy of 00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workbook.xls 00 42 43 BID PROPOSAL Page 1 ora SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidder's Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Base Bid Items-Trail Drivers Park Improvements 7771 1 Selective Site Demolition(Sht.L1.01-L1,03) 0241 13 LS 1 14 -q,00 _N 47!1 W Site Clearing,Tree Protection and Pruning(Sht.L1.01- 2 L1.03)(Sht 4.01-L4.03) 31 10 00 LS 1 Z652,11A $�6S 2,Q� _3 Earthwork(Sht. 1-3.01-L3.03� 31 22 00 LS 1 t ( ./0 3Q l 6,1 O 4 Select Fill beneath Pavilion(Sht.1-5.04) 31 23 23 -LS _.__.._..,.. 1 to 015.?5 _ or5.-zS" 5 Erosion Control(Sht L4.01-L4.04) 31 25 00_ LS_ 1 9 Sb2 r17., 6t 592• 6 Construction Entre ran ce(Sht.L4.01-L4.04) 31 2500 LS1 3 34.2, 6 3 3`12• 6 7 '5-'Conc.Paving -6'Wide Trail(Sht,L2.01 1-2 - .03) 32 13 20 SF _15780 S,2 3 92 52R,yo 8 5"Conc Barner Free Ramp(Sht.L2.03) 32 13 20 SF 150 Z 3 7 3 6oS,So _ .._ _ _ __ 9 ADA tile at ramp(1-5.03) _. - 12 93 10 EA 2 $1$.4S !636AD 10Pavilion wncrete slab (Sht.L5.04) -_ 32 13 13 SY 96132,1S 12.6'$0.qo 11 Pavilion(16x201 (Sht.L5.06) 12 93 00 _EA 2 1--2-q-a6,y-11 cl4Q2.qT} 12 Pedestrian Poles wl lights,footings 13 93 00 EA 2 b,O y6$S 1 Llo q ,I0 13 Common work for Electrical _ 26 05 00 LS 1 32 328,6 V,3328, -p 14 Seeding Bermuda Grass-Hydromulch(Sht.L3.01- 32 92 13 LS 1 L3.03) /5 346,Qa 1 s 34 6.4 TOTAL Alternate No.1-1/2 A halt Parkin w/Accessible Ram 1-01 Selective Site Demolition(Sht.L1.01-L1.03) 02 41 13 LS 1 I,S/'1 8.3 1 __ __._ g 14. Site Clearing,Tree Protection and Pruning(Sht.L1.01- 1-02 31 1000 LS 1 L1.03)(Sht.4.01-L4.03) 2� 3$$,S$ 1-03Conc.curb and gutter(1-2.01-1-2.03,L5.02) 32 16 13 LF 515 Y,4/ /$ /H6./S 1-04 5 Conc Barrer Free Ramp(Sht.L2.03) 32_1320'_ SF __137 V 1_-0_5 ADA tile at ramp(L5Mj.__ 12 93 10 E_A _ 2 73/B,yS - rr63 .4O 1-06 5"Conc.Paving -6'Wide Trail(Sht.L2.01-L2.03) 32 13 q SF� 612 6.54 ci3Oly.70 1-07 2"Asphalt Pavement Type D 3"binder HMAC binder 32 12 16 SY 767 courseN.ao-____.__ Iq,oa ,3-b_ 1-08 6"Flex Base Type A GR-1 32 12 16 _ SY _767 4 1-09 Earthwork(Sht.L3.01-L3.03) 3122 00 LS 1-10 Pavement Marking_(L2.01 L2.03) - 32 17 23 LF 450 z oa t7�po 1-11 ISeeding Bermuda Grass-Hydromulch(Sht.L3.01- 1329213 LS 1 1 1,37S,79 1 378.7 TE]_T(5TAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 Admi&=No 2_00 41 00_00 43 13-00 42 43_00 43 37_00 45 12_00 35 13-Bid Pfopoml WorkbooLxls 00 42 43 Bm PROPOSAL Page 2 of 3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. I I Section No. Measure Quantity Alternate No.2-Complete Asphalt Parkin w/Accessible Ram 2-01 Selective Site Demolition(Sht.1-1.01-1-1.03) _ 02 41 13 LS 1 A04 +99,06 Site Clearing,Tree Protection and Pruning(Sht.1-1.01- 2-02 fl 31 1000 LS 1 2,3$S•58 Z 388 5 8 _ 1-1.03)(Sht 4.01-1-4.03) _�_ _ _._-_.____ ____- - 2-03 Conc.curb and gutter(1-2.01 L2.03,L5.02) 3216 13 LF 815 Z�.,i'l I K911.30 2-04 5"Conc Bamer Free Ramp(Sht 1-2.03) - _. 32 1320 SF 137 $(91•52-.- 2-05 3._..2-05 ADA file at ramp(1-5.03) 12 93 10EA 2 ,436 %D _._ 80,45 1 2-06�5 Conc.Paving -6 WideTrail(Sht L201 L203) 321320 SF 1100 2"Asphalt Pavement Type D 3 binder HMAC binder 32 12 16 2-07 course — SY X400 22..9 _.32ity$,go 2-09 6"Flex Base,Type A,GR-1 32 12 16 SY 1400 l(o•6(� Z3 a� x_00 2 10 Earthwork(Sht L3.01 L3.03) 31 2200 LS -----__1- off_40 rl 6037.00.__ 2-11 Pavement Marking(1-2.01-L2.03) 321723..___ i LF _800 2-12 Seeding Bermuda Grass-Hydromulch(Sht.1-3.01- 32 92 13 LS 1 _la.� a..}2 _ 113 g• Z TOTAL ki 3L O Alternate No.3-Drainage Improvements-Erosion Control Wall,Gradin &Walk 3-01 Selective Site Demolition(Sht.1-1.01-1-1.03) _ 0241 13 _LS -3,112J•5'1 - Site Clearing Tree Protection and Pruning(Sht.1-1.01- 3-02 31 1000 LS 1 1-1.03)(Sht 4.01-1-4.03) 3-03 R-Rap Erosion Control Wall ` 12 93 00 SFF - m 330 _11_pD 1 O�Z63 .ao 3-04 5"Conc.Paving -6'Wide Trail(Sht.L2.01-L2.03) 32 13 20 SF 630 3-05 Earthwork(Sht.L3.01-L3.03) 31 2200 LS 1 3dgt?3,1 �jrQp3, 3-06 1 Seeding Bermuda Grass vHydromulch(Sht 1-3.01- 329213 LS 1 +1 t1p.aS _ _ T ^lm TOTAL 23,�iq�i.5 7 Alternate No.4-Site Furniture 4-01 6 Bench and associated hardware 12 93 00 EA 5 Jas 2.J•36 7,61 O 4--2 6'Picnic Table and associated hardware -u 12 93 00 EA _._ _2 .l -'414 }0- 2.)91;(•110 4-03 VADA Picnic Table and associated hardware 12 93 00 EA 2 � r(J$. ;.o Zl 4 S J,-Io TOTAL _ _ Alternate No.5-Pavilion 5-02 Site Clearing.Tree Protection and Pruning(Sht_L1.01 31 1000 LS 1 1}4,B$ 6y _ 1 108,61 _ 5-02 Earthwork(Sht.1-3.01-1-3.03) 31 22 00 —1-S 1 3..61._ 1,3�3,,6_�_ 5-03 Select Fill beneath Pavilion(Sht.L5.04) 31 2323 LS 1 + ,ZO 3.9Sy•Zp 5-04 5"Conc.Paving -6'Wide Trail(Sht L201 1-2.03) 32 13 20 SF 195 �,Q 9 1 f V2.55_ 5-05 Pavilion concrete slab (Sht.1-5.04) 32 13 13 SY 53 1,3 b•k_( r 2`�• 5-06 Pavilion(16x20) (Sht.L5.06) _.12 93 00EA 5-07 Seeding Bermuda Grass-Hydromulch(Sht.L3.01- 32 92 13 LS 1 _31 d,(�._ f d•l b ___.__. 5-68--Common Work for Electical Y6-6-5-60-- 5-09 605005-09 6'Picnic Table and associated hardware 12 93 00 -111-1111-1-Ev _1 .4r _-- - _- -__._ 5-10 8'ADA Picnic Table and associated hardware 12 93 00 EA-- ---------- ._ TOTAL(13�32$•M1- Alternate No.6-Parking Lot Lighting Fixture Replacement 6-011 existing fixtures with LED 1260500 LS 1 3Qj 9ffV,jj 30,8 ro l y _....._.. _ TOTAL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo-Revised 20120120 Admdam No 2—00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal WorkbooLxls 00 42 43 BID PROPOSAL PW3of3 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Information Bidders Proposal Bidlist Item Description Specification Unit of Bid Unit Price Bid Value No. Section No. Measure Quantity Alternate No.7-Existing North Parkin -2"Milt 7-01 2"mill of existing parking lot(Sht.L1.01-L1.03) 10241 15 1 SY 1 2130 5,1111 1A,N Q,*Z c" TOTAL l.2 43q,20 Alternate No.8-Existing North Parkin -2"Overial and Stri in 8-01 2"Asphalt Overlay 321216 _ _SY 2130 lA.S _ ,( $Ib,-7o 8-02 Pavement Marking(L5.05) 32 17 23 LF 2000 I. 1 _ _ _ .... __. TOTAL .236`)0 Alternate No.9-Change Order Allowance 9-01 Change Order Allowance NA LS 1 $1,000.00 $1,000.00 9-02 Change Order Allowance 2 NA LS 1 $1,500.00 $1,500.00 9-03 Change Order Allowance 3 NA LS 1 $2,500.00 $2,500.00 9-04 Change Order Allowance 4 NA LS 1 $5,000.00 $5,000.00 9-05 Change Order Allowance 5 NA LS 1 $7,500.00 $7,500.00 9-06 Change Order Allowance 6 NA LS 1 $10,000.00 $10,000.00 ____ ............TOTAL $27,500.00 BID SUMMARY BASE BIDS Base Bid Items-Trail Drivers Park Improvements BASE BIDS TOTAL , ALTERNATE BIDS Alternate No.1-1/2 Aphalt Parking w/Accessible Ramp o10) 59'6.641 Alternate No.2-Complete Asphalt Parking w/Accessible Ramp 123,o3;,9 Q Alternate No.3-Drainage Improvements-Erosion Control Wall,Grading&Walk 13,`MLi.Sq Alternate No.4-Site Furniture 13, S H9 .b c, Alternate No.5-Pavilion ti3,31 S. y Alternate No.6-Parking Lot Lighting Fixture Replacement 30, 970,Q 4 Alternate No.7-Existing North Parking-2"Mill I1.,47 ,20 Alternate No.8-Existing North Parking-2"Overlay and Striping jC}1;b,1 o Alternate No.9-Change Order Allowance $27,500.00 BASE BIDS+ALTERNATIVES TOTAL $27,500.00 BASE+ALTERNATE BIDS BASE BIDS ALTERNATE BIDS $27,500.00 BASE BIDS+ALTERNATIVES TOTAL END OF SECTION CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Fo-Revised 20120120 Ad6W=No 2_00 410000 43 13_00 42 43_00 43 37_00 45 12_00 35 13 Bid P,oposd Worlbooi-is THE AMERICAN INSTITUTE OF ARCHITECTS k AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we North Rock Construction, LLC 525 S. Loop 288, Suite 105,Denton, TX 76205 as Principal, hereinafter called Principal,and Philadelphia Indemnity Insurance Company One Bala Plaza, Suite 100,Bala Cynwyd, PA 19004 a corporation duly organized under the laws of the State of PA as Surety, hereinafter called Surety,are held and firmly bound unto City of Fort Worth as Obligee, hereinafter called Obligee, in the sum of Five Percent of the Greatest Amount Bid 5% G.A.B. Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for (Here insert full name,address and description of project) Trail Drivers Park Improvement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 8th day of December 2016 North Rock Construction, LLC (Principal) (Seal) ( stn s) (Title) Philadelphia Indemnity lnfturqnce Company C�A (Seal) (Witness) J, h cMichael (Title) Trenae Donovan Attorney In Fact AIA DOCUMENT A310- - 7 -THE AMERICAN OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 IMPORTANT NOTICE ADVISO IMPORTANTE To obtain informa#ion or make a complaint: You may Para obener informacion o para someter una queja: call the Surety's toll free telephone number for Usted puede hamar at numero de telefono gratis de information or to make a complaint at: para informacion o para someter una queja at: 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 Bata 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 informacion acerca or complaints at: de companias, coberturas, derechos o quejas at: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance Pude escribir at Departmento de Seguros de Texas: at: P.O. Box 149104 P.O. Box 149104 Austin,TX 78714-9104 Austin, TX 78714-9104 Fax#512-475-1771 Fax#512-475-1771 Web: httpJ/www.tdi.state,tx.us Web: httR://www.tdi.state.tx.us Email: ConsumerProtection(&tdi.state.tx.us Email: ConsumerProtectionC+cdtdi.state.tx.usi PREMIUM OR CLAIM DISPUTES: Should you have DISPUTAS SOBRE PRIMAS O 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, debe comunicarse con el Surety primero. Si not resolved, you may contact the Texas Department no se resuelve la 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 informacion y part or condition of the attached document. no se convierte en parte o condicion del documento adjunto. 12999 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 Cameos,Trenae Donovan,Tonie Petranek,Brady K.Cox,&Russ Frenzel of Baldwin-Cox Agency LLC,its true and lawful Attorney-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$25,000,000.00 This Power ofAttorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I'day of July,2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1)Appoint Attorney(s) in Fact and authorize the Attorney(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 the 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 IOTH DAY OF JUNE 2013. „NM6utr �.�4�y1KAf7eyY7rN�� ,�'4 tirlrrt�tlrlls�,� (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this I Oh day of June 2013,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. COMMONWEALTH OF PEN Lk owal Mo.NUB l A. Kht" Vzolesld,Notary Pubic lower Medan Try.NY Hy COfnnll/l006ptes Dec.18 2016 KU41M PMRMVN �UP IVUO Notary Public: residing at: BalarmwLd.PA (Notary Seal) My commission expires: December 18. 016 I,Edward Sayago,Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY,do herby certify that the foregoing resolution ofthe Board of Directors and this Power ofAttorney issued pursuant thereto on this 10TH day of lune 2013 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$r day of `yy Yyyr4,y Y 2 7 Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY ti, �4y rr • h •„11Myy"y'�yR` 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications.The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of -: aaT Hart c-a Siar. ,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: North Rock Construction, LLC By: John F. Gann II 525 South Loop 288 Suite 105 J Denton,Texas 76205 lor (Signature) Title: President Date: 12/08/16 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Forth Revised 20110627 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_13id Proposal Workbook.xls ...e—___w____ ____ ----------... .---------------------------------------------- _._ .........................---....... 004511-1 BIDDERS QUALIFICATIONS Page 1 of 3 1 SECTION 00 4511 2 BIDDERS QUALIFICATIONS 3 4 1. Summary.All contractors are required to be qualified by the City prior to submitting bids. 5 To be eligible to bid the contractor must submit Section.00 45 12,Qualification Statement for 6 the work type(s)listed with their Bid.Any contractor or subcontractor who is not qualified 7 for the work type(s)listed must submit Section 00 45 13,Bidder Qualification Application in 8 accordance with the requirements below. 9 10 The qualification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor.The information must be submitted seven(7)days prior 12 to the date of the opening of bids.For example,a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31st day of March 14 in order to bid on these projects.In order to expedite and facilitate the approval of a Bidder's 15 Qualification Application,the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements,if any 22 b. A certified copy of the firm's organizational documents(Corporate Charter,Articles 23 of Incorporation,Articles of Organization,Certificate of Formation,LLC 24 Regulations,Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Qualification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts.To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/!!Iaerrnit/and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The firm's DUNS number as issued by Dun&Bradstreet.This number 33 is used by the City for required reporting on Federal Aid projects.The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification.These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Qualification Requirements 41 a. Financial Statements.Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 004511-2 BIDDERS QUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory,the financial statements must be audited or reviewed 2 by an independent,certified public accounting firm registered and in 3 good standing in any state. Current Texas statues also require that 4 accounting funis performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual,corporation,or limited liability company. 9 (4) Financial Statements must be presented in U.S.dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not,in fact,independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America.This must be stated in the accounting firm's opinion. 17 It should: (1)express an unqualified opinion,or(2)express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter,in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts.Bidding capacity is determined by multiplying the 25 positive net working capital(working capital=current assets—current 26 liabilities)by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared,the previous statement shall be updated with 31 proper verification. 32 b. Bidder Qualification Application. A Bidder Qualification Application must be 33 submitted along with audited or reviewed financial statements by funs wishing to be 34 eligible to bid on all classes of construction and maintenance projects.Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report,the notation of 37 "None"or"N/A" should be inserted. 38 (2) A minimum of five(5)references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer,model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's qualification. 48 b. The City may reject, suspend,or modify any qualification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the qualification approval. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 004511-3 BIDDERS QUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid qualification letter,the contractor will be eligible to bid the 2 qualified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 004512-1 QUALIFICATIONS STATEMENT Page 1 of 1 1 SECTION 00 4512 2 QUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the qualified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s)listed. 6 Major Work Type Contractor/Subcontractor Company Qualification Name Ex iration Date Concrete Paving TBD Shelter Installation TBD Electrical TBD Earthwork TBD 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 BIDDER: 13 14 North Rock Construction, LLC By: John F. Gann II 15 Company (Please 16 17 525 South Loop 288 Suite 105 Signature: 18 Address 19 20 Denton,Texas 76205 Title: President 21 City/State/Zip (Please Print) 22 23 Date: 12/08/16 24 25 END OF SECTION 26 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0002475 Revised July 1,2011 FoRTWORTH SECTION 00 4513 BIDDER QUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Individual Limited Partnership Name under which you wish to qualify General Partnership Corporation Limited Liability Company Post Office Box City State Zip Code Street Address(required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH,TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER QUALIFICATION APPLICATION" 004513-2 BIDDER QUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s)which are applicable—Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or F] Has less than$6,000,000.00 in annual gross receipts OR F1Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become qualified. MAJOR WORK CATEGORIES Water Department Augur Boring-24-inch diameter casing and less Augur Boring-Greater than 24-inch diameter casing and greater Tunneling—36-Inches—60—inches,and 350 LF or less Tunneling-36-Inches—60—inches,and greater than 350 LF Tunneling—66"and greater,350 LF and greater Tunneling—66"and greater,350 LF or Less Cathodic Protection Water Distribution,Development, 8-inch diameter and smaller Water Distribution,Urban and Renewal, 8-inch diameter and smaller Water Distribution,Development, 12-inch diameter and smaller Water Distribution,Urban and Renewal, 12-inch diameter and smaller Water Transmission,Development,24-inches and smaller Water Transmission,Urban/Renewal,24-inches and smaller Water Transmission,Development,42-inches and smaller Water Transmission,Urban/Renewal,42-inches and smaller Water Transmission,Development,All Sizes Water Transmission,Urban/Renewal,All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches—36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV,24-inches and smaller CCTV,42-inches and smaller CCTV,48-inches and smaller CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 004513-3 BIDDER QUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIDP, 12-inches and smaller Sewer CIDP,24-inches and smaller Sewer CIDP,42-inches and smaller Sewer CIDP,All Sizes Sewer Collection System,Development, 8-inches and smaller Sewer Collection System,Urban/Renewal, 8-inches and smaller Sewer Collection System,Development, 12-inches and smaller Sewer Collection System,Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development,24-inches and smaller Sewer Interceptors, Urban/Renewal,24-inches and smaller Sewer Interceptors, Development,42-inches and smaller Sewer Interceptors, Urban/Renewal,42-inches and smaller Sewer Interceptors, Development,48-inches and smaller Sewer Interceptors, Urban/Renewal,48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement,All Sizes Sewer Cleaning ,24-inches and smaller Sewer Cleaning ,42-inches and smaller Sewer Cleaning ,All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction(15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance(UNDER$1,000,000) Asphalt Paving Heavy Maintenance($1,000,000 and OVER) Concrete Paving Construction/Reconstruction(LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction(15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 004513-4 BIDDER QUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b)As a Sub-Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CLASS LOCATION NAME AND DETAILED CONTRACT OF DATE CITY-COUNTY- ADDRESS OF OFFICIAL TO AMOUNT WORK COMPLETED STATE WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? If so,where and why? 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual,other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual,name of owner and reason. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 004513-5 BIDDER QUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so,when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. NAME OF FIRM OR COMPANY DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? PRESENT MAGNITUDE POSITION OR YEARS OF AND TYPE OF IN WHAT NAME OFFICE EXPERIENCE WORK CAPACITY 13. If any owner,officer,director,or stockholder of your firm is an employee of the City,or shares the same household with a City employee,please list the name of the City employee and the relationship.In addition,list any City employee who is the spouse,child,or parent of an owner,officer,stockholder,or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition.This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 004513-6 BIDDER QUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: If a partnership: Date of Incorporation State of Organization Charter/File No. Date of organization President Is partnership general,limited,or registered limited liability partnership? Vice Presidents File No. (if Limited Partnership) General Partners/Officers Secretary Limited Partners(if applicable) Treasurer LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Individuals authorized to sign for Partnership Officers or Managers(with tides,if any) Except for limited partners,the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised.Should you wish to grant signature authority for additional individuals,please attach a certified copy of the corporate resolution, corporate minutes,partnership agreement,power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 004513-8 BIDDER QUALIFICATION APPLICATION Page 8 of 8 BIDDER QUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Denton The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information,while this statement is in force,necessary to verify said statement. John F. Gann II , being duly sworn, deposes and says that he/she is the President of North Rock Construction, LLC , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Qualification Application are correct and true as of the date of this affidavit. Firm Name: North Rock Construction, LLC Signature: Sworn to before me this 8th day of December 2016 JUAN PEDRO NAJERA, JR. =Notary Public,State of Texas +, Comm.Expires 03-04-2020 Not Pu lc otary ID 130567983 Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 1 of 5 SECTION 00 4514 BIDDER'S STATEMENT OF QUALIFICATIONS Firm Name: North Rock Construction, LLC Date Organized: 2013 ❑ PARTNERSHIP ❑X CORPORATION Address: 525 South Loop 288 Suite 105 City: Denton State: Texas Zip: 76205 Telephone Number: (940)220-5500 Fax Number: Number of years in business under present name: 4 Former name(s) of organization: North Rock Construction, LLC CLASSIFICATION: 0 General ❑Building ❑ Electrical ❑Plumbing ❑HVAC ❑ Utilities ❑ Earthwork ❑ Paving ❑ Other LIST A MINIMUM OF THREE SIMILAR COMPLETED PROJECTS WITHIN LAST THREE YEARS PROJECT NAME AND LOCATION Sonntaq Neighborhood Park, McKinney, Texas NAME/TELEPHONE NUMBER OF OWNER City of McKinney, (972) 547 7486 NAME/TELEPHONE NUMBER OF SURETY Baldwin & Cox Agency, (972) 331-3747 AMOUNT OF CONTRACT $1,957,715.39 COMPLETION DATE September2015 SCOPE OF WORK DESCRIPTION Site prep, demo, earthwork, erosion control, concrete parking lot, repair existinghike & bike trail, new 8' concrete trail, walk plaza &ramps, pavilion structure w/stone veneer. low one wall, utility components, storm drain system, playground, landscaping, electrical & irrigation. PROJECT NAME AND LOCATION Unity Park Phase 2B, Highland Village, Texas CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 2 of 5 NAME/TELEPHONE NUMBER OF OWNER City of Highland Village, (972) 317-7430 NAME/TELEPHONE NUMBER OF SURETY Baldwin & Cox Agency, (972) 331-3747 AMOUNT OF CONTRACT $380,713.75 COMPLETION DATE November 2013 SCOPE OF WORK DESCRIPTION Construction of parking lot, restrooms, volleyball court, erosion control, remove existing earthwork and grading, construct/install concrete, signage, pavement markings, fencing, bike racks, landscaping and restroom building. PROJECT NAME AND LOCATION Lone Star/Campion Trail Connection Project NAME/TELEPHONE NUMBER OF OWNER City of Irving, (972)721-2719 NAME/TELEPHONE NUMBER OF SURETY Baldwin &Cox Agency, (972) 331-3747 AMOUNT OF CONTRACT $2,388,394.86 COMPLETION DATE August 2015 SCOPE OF WORK DESCRIPTION Excavation, grading, primary concrete trail, retaining walls, low water crossings, ornamental railing, pedestrian bridge, box culvert, masonry walls and columns, fencing, railing, park fumishings, and associated appurtenances. PROJECT NAME AND LOCATION Highland Village Pedestrian Trail Connection, Highland Village. TX NAME/TELEPHONE NUMBER OF OWNER City of Highland Village, (972)317-7430 NAME/TELEPHONE NUMBER OF SURETY Baldwin & Cox Agency, (972)331-3747 AMOUNT OF CONTRACT .$1,007,937.94 COMPLETION DATE May 2015 SCOPE OF WORK DESCRIPTION 5" &6"reinforced concrete pavement, reinforced concrete pipe, box culvert draipa a structures, inlets, headwalls, stone veneer reinforced concrete retaining walls, electrical. PROJECT NAME AND LOCATION Watters Crossing, Allen, Texas CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 3 of 5 NAME/TELEPHONE NUMBER OF OWNER City of Allen, (214) 509-4721 NAME/TELEPHONE NUMBER OF SURETY Baldwin & Cox Agency, (972) 331-3747 AMOUNT OF CONTRACT $369,894.23 COMPLETION DATE February 2014 SCOPE OF WORK DESCRIPTION Demo & haul off, excavation, grading, handicap & playground ramps, new concrete pavement, hike bike trail, iT, s a gni s, enc es playground units, construct decomposed granite walk&seating area, stone veneer, sod and irriga(ion. 2. LIST CONSTRUCTION SUPERINTENDENT'S NAME AND CONSTRUCTION EXPERIENCE: Charlie Keane, Field Operations Manager, Superintendent- 30+years of experience 3. LIST ALL LABOR SUBCONTRACTORS (attach additional pages as needed) SUBCONTRACTOR NAME TBD TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TBD CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 4 of 5 TRADE TBD PREVIOUS PROJECT EXPERIENCE CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TBD TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TBD TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. SUBCONTRACTOR NAME TBD TRADE PREVIOUS PROJECT EXPERIENCE/CONTACT NAME/TELEPHONE NUMBER A. B. C. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 00 45 14 BIDDER'S STATEMENT OF QUALIFICATIONS Page 5 of 5 Notes 1. The Prime Bidder selected for this project shall submit Letters Of Intent executed between the Prime Bidder and any and all subcontractors to be utilized on this project within five working days of being recognized as the overall qualified low Prime Bidder by the City. Subsequent substitution of sub-contractors must be approved by the City. 2. Prime Bidder shall include financial statement in this submittal. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S CONDENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a),as amended,Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 002475 Contractor further certifies that,pursuant to Texas Labor Code, Section 6 406.096(b),as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 North Rock Construction, LLC By: John F. Gann II 12 Company (Please Print) 13 14 525 S. Loop 288 Suite 105 Signature: 11PI—If— 15 Address 16 17 Denton, Texas 76205 Title: President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME,the undersigned authority,on this day personally appeared 26 John F. Gann II ,known to me to be the person whose name is 27 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 28 the act and deed of North Rock Construction, LLC for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFI this 8th day JUAN PEDRO NAJERA, JR. 32 December ,2016 ,,``�Y Pu�,'�� �0`• ,'s Notary Public,State of Texas 33 A'.• 4 r Comm. Expires 03-04-2020 ''� . Notary ID 130567983 34 35 36 Notary blic in a State of Texas 37 38 END OF SECTION 39 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 6%of the total bid value of the contract(Base bid applies to Parks 14 and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied,Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing Division, within the fo I l o w i nv, times 29 allocated. in order for the entire bid to be considered to the T11C Offeror shall 30 deliver the ?vTBE dxumentation in persalt to the appropriatc k employee of the purchasing diviaiou ,lila 31 ubwitti a Aare/time receipt_ Such rc,ceipt L hall be vvide.nce that the City receivied the documentation in the 32 time alllnczjWd. A faxed and/or emailed copy will not he accepted. 33 1. Subcontractor Utilization Form,if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m.,on the second City business Subcontractor Utilization Form,if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m.,on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 9,2015 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 g 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 9,2015 005243-1 Agreement Page 1 of 4 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on March 7, 2017 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and North Rock Construction, LLC, authorized to do business in Texas, acting by and 6 through its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 Park Improvements at Trail Drivers Park 16 City Project Number: CO2475 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 148 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 six hundred fifty dollars ($650.00) 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 Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2475 Revised November 09,2011 August 17,2012 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 Three Hundred Fifty-Five Thousand, One Hundred 38 Sixty-Eight and 59/100 Dollars($355,168.59). 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 speck) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MWBE MBE and/or SBE Commitment Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 61 or, if not attached, as incorporated by reference and described in the Table of 62 Contents of the Project's Contract Documents. 63 6. Drawings. 64 7. Addenda. 65 8. Documentation submitted by Contractor prior to Notice of Award. 66 9. The following which may be delivered or issued after the Effective Date of the 67 Agreement and, if issued, become an incorporated part of the Contract Documents: 68 a. Notice to Proceed. 69 b. Field Orders. 70 c. Change Orders. 71 d. Letter of Final Acceptance. 72 73 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2475 Revised November 09,2011 August 17,2012 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 Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2475 Revised November 09,2011 August 17,2012 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 Nc�r4i, ted ` B Susan Ala is By: 4Y Assistant City Manager (Signature) l Date Attest: (Printed Name) City Secreta (Seal) Title: A^+ Address: 5 )s- sj. I`voP a$$ Sc,i 1 O.S M&C Date: Si• �(' . (State/Zi ¢ l2-7s d 744- 1 Yom= Ci h' p: I P.� ,, . Tk' >6;OS Approve as to Form and Legality: Ilat -Z 1!7 Date Yffouglas W.Black Assistant City Attorney 128 129 130 APPROVAL REC i DE 131 132 133 134 Richard Zavala 135 DIRECTOR, 136 P rk-and Recreation Department 137 OFRECORD CITY SECRITARY FT.WORTH,TX CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number CO2475 Revised November 09,2011 August 17,2012 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-147009 North Rock Construction, LLC Denton,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 12/15/2016 being filed. City of Fort Worth Date Acknowledged: r� t ( �- 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. CO2475-Trail Drivers Park Inn Trail Drivers Park Improvements Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT 1 swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. """"'�• JUAN PEDRO NAJERA, JR. ...... sNotary Public,State of Texas Comm.Expires 03-04-2020 Notary ID 130567983 at of authorized a e f contracting business entity AFFIX NOTARY STAMP f SEAL ABOVE �q4 ' Sworn to and subscribed before me,by the said �C t 1 l 1JOZ-g.- ,this the (5+L day of 1)e,c.--KL&- 20 !(k_,to certify which,witness my hand and seal of b ' e. J-t4iqrJ 4JCP r. SS• ,ofi n re of officer Idminietingoath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 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. .C� (� —z Name of Employee Title 0061 13-1 PERFORMANCE BOND Bond N0. PB03228301860 Page 1 of 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we,NORTHROCK CONSTRUCTION LLC known as"Principal"herein and 9 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 11 pursuant to the laws of Texas,known as"City"herein, in the penal sum of, THREE HUNDRED 12 FIFTY-FIVE THOUSAND ONE HUNDRED SIXTY-EIGHT AND 591100 DOLLARS 13 ($355,168.59), 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 7th day of March,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 Park Improvements at Trail Drivers Park 21 City Proiect Number. CO2475 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work,including Change Orders,under the Contract,according to the plans, 25 specifications,and contract documents therein referred to,and as well during any period of 26extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 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 SIGNED and SEALED 35 this instrument by duly authorized agents and officers on this 7th day of March,2017. CITY OF FORT WORTH Trail Drivers Pork Impravemeras STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:CO2475 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 PRINCIPAL: 2 North Rock Construction, LLC 3 _ 4 _ 5 BY: F L�_ _ 6 Signature 7 ATTEST: 8 10 ctpa ecretary Name and Title II 12 Address: 525 S. Loo 288 Suite 105, 13 Denton, T 76205 14 15 _ _ 16 i Tss as to Pri ipal 17 SURETY: 19 !Y7: 5 i '-I hi.. ind-mnii Insurance 20 - .Ir 2I 22 nat — J 23 24 Brady K. Cox,Attorney-in- act 25 Name and Title 26 - Y 27 Address: One Bala Plaza,Suite 4N 28 Rala Cynwyd_ PA 19004 29 30 ��_ t jI ,y►�77 Y _ _ 31 Witness as to Surety Telephone Number: (610)617.7900 32 Trenae Donovan 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 from 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 7Yatl Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:002475 Revised July 1,2011 006114-1 PAYMENTBOND Bond No. PB03228301860 Page I of 2 I SECTION 00 6114 2 PAYMENT BOND 3 4 TI4E STATE OF TEXAS § 5 § KNOW ALL BY THE'SE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, NORTH ROCK CONSTRUCTION, LLC, known as "Principal" herein, and 8 _ Philadelphia Indemnity Insurance Company _--, a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of THREE HUNDRED FIFTY-FIVE THOUSAND ONE HUNDRED SIXTY- 13 EIGHTAND 591100 DOLLARS(5355.168.59),lawful money of the United States,to be paid in 14 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 15 bind ourselves, our heirs, executors, administrators, successors and assigns;jointly and severally, 16 firmly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 7th day of March,2017,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 defined by law,in the prosecution of the Work as provided for in said Contract and 21 designated as Park Improvements at Trail Drivers Park; City Project Number. CO2475 22 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended)in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all. liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMEN 7S City Project Number.,CO247S Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 7th day of March,2017. 3 PRINCIPAL: North Rock Construction, LLC ATTEST: BY: Si nature ., F Pre Ci ecretary Name and Title Address: 525 S. Loop 288,Suite 105 Denton, TX 76205 �W;sto Pri pat _ SURETY: Philadelphia Indemnity Insurance Company ATTEST: BY: _ Signa e (D--,h .t_r10 a , Brady K. Cox,Atto ey-in-Fact - 1 (Surety) Secretary Candice A�Ile il�tness Name and Title - ��✓, Address: One Bala Plaza,Suite 100 4aiv 6y, �k Bala Cynwyd, PA 19004 - _. Witness as to Surety Trenae Donovan,Witness Telephone Number: (610)617.7900 4 5 Note: I£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. S 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION sPECIFicAT oN DOCUMENTS City Project Number;0.02475 Revised July 1,2011 0061 19-1 MAINTENANCE BOND Page I of 4 Bond No. P803228301860 1 SECTION 00 61 19 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we NORTH ROCK CONSTRUCTION LLC known as"Principal'herein and 9 Philadelphia Indemnity Insurance Company , a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 11 or more),are held and firmly bound unto the City of Port Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein, in the sum of THREE 13 HUNDRED FIFTY-FIVE THOUSAND ONE HUNDRED SIXTY-EIGHT AND 591100 14 DOLLARS($355,168.59),lawful money of the United States,to be paid in Fort Worth,Tarrant 15 County,Texas,for payment of which 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 7th day of March,2017,which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 22 as defined by law,in the prosecution of the Work,including any Work resulting from a duly 23 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 24 designated as Park Improvements at Trail Drivers Park; City Project Number: CO2475 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 WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:002475 Revised July 1,2011 0061 I9-2 MAINTENANCE BOND Page 2 of 4 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 H. PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:CO2475 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 4 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 7th day of March,2017. 3 4 PRINCIPAL: 5 North Rock Construction, LLC 7 ---- 8 BY: _ 9 Signature 10 ATTEST: / �f 12 _ i t-�?�l✓1 -L� 6!e 13 ( ial retary Name and Title 14 15 Address: 525 S. Loop 288,Suite 105 16 .Denton,TX 76205 17 18 Q ---f 1_ 19 Wit ss s to Princi 1 20 SURETY: 21 Philadelphia Indemni Insure 22 _0 23 24 BY: _ 25 26 27 Brady K. Cox..Attorney-in-Fact- 28 ATTEST: Name and Title 29 30Address; One Bala Plaza te 10 31 (Suret )secretary Candice Allen,Witness - ._,_BatiCvnwvd. PA 19004 32 M 33 _ 34 Witness as to Surety T enae Donovan,Witness 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.shall not be prior to the date the Contract is awarded. 40 41 42 43 44 45 46 47 48 49 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number:002475 Revised July 1,2011 13464 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 sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14th 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 Attomey-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 14"1 DAY OF NOVEMBER,2016. tTY t �5 (Seal) Robert D.O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 10 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. NMI 711 i.�PuOlINY MarlenlnarrMY Conaralrbn S>rpiraaun.i0�70.4 Notary Public: residing at: Bala Cynwyd.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 14'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 l_ 20j]_ - i 1927 ,�tp- Edward Sayago,Corporate Secretary - - ry PHILADELPHIA INDEMNITY INSURANCE COMI%r;Y - ^ MapeiNNh� _.. IMPORTANT NOTICE ADVISO IMPORTANTE To obtain information or make a complaint: You may Para obener informacion o para someter una queja: call the Surety's toll free telephone number for Usted puede hamar al numera de telefono gratis de information or to make a complaint at: para informacion o para someter una queja al: 1-877.438-7459 1-877-438-7459 You may at-so 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 informacion acerca or complaints at: de companies,coberturas,derechos o quejas al: 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.Box 149104 Austin,TX 7$714-9104 Austin,TX 78714-9104 Fax#542-475-1771 Fax#512-475-1771 Web:http:/lwww.tdWa ,tx.us Web: httR.1fwww.tdi.sts W-tx.us Email: ConsumerPrqU j0onQtdi.sjate,tx.usEmail: Co merPro i.s PREMIUM OR CLAIM DISPUTES: Should you have DISPUTAS SOBRE PRIMAS O RECLAMOS: Si a dispute concerning your premium or about a claim, bene una disputa concerniente a su prima o a un you should contact the Surety first. if the dispute is reclamo, debe comunicarse con el Surety primero. Si not resolved,you may contact the Texas Department no se resuelve la 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 informacion y part or condition of the attached document. no se convierte en parte o condicion del documento adjunto. ACVRO� DATE(MMIDD/YYYY) �, CERTIFICATE OF LIABILITY INSURANCE 3/16/2017 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 Cheryl Rogers NAME: y g K&S Insurance Agency PHONE (972)771-4071 FAX A/C No (972)771-4695 AIL 2255 Ridge Road, Ste. 333 ADDRESS:crogers@kandsins.com P. 0. BOX 277 INSURER(S)AFFORDING COVERAGE I NAIC# Rockwall TX 75087 INSURERA:United Fire s Casualty Company _13021 INSURED INSURER B:Texas Mutual Insurance Co. 122945 North Rock Construction, LLC INSURER C.Hanover Insurance Company 122292 525 S. LOOP 288 INSURER D: Suite 105 INSURER E: Denton TX 76205 1 INSURER F: COVERAGES CERTIFICATE NUMBER: 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'; ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE POLICY NUMBER M! M/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-MADE OCCUR PREM SES I DAMAGE Ea occurrence $RENTED 100,000 85322011 3/11/2017 13/11/2018 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY�JET M LOC f PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: I I$ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident I$ 1,000,000 A XANY AUTO BODILY INJURY(Per person) $ ALL OWNED (SCHEDULED 85322011 3/11/2017 i 3/11/2018 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS j Per accident) $ I PIP-Basic $ 2,500 X UMBRELLA LIARj X OCCUR EACH OCCURRENCE $ 5,000,000 A EXCESS LIAR I CLAIMS-MADE AGGREGATE $ 5100-01000 DED RETENTION$ 85322011 3/11/2017 3/11/2018 Is WORKERS COMPENSATIONX STATUTE ETH AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE YIN E.L.EACH ACCIDENT $ 1,000,000 B OFFICERIMEMBER EXCLUDED? NIA (Mandatory in NH) 0001302851 3/11/2017 3/11/2018 E.L.DISEASE-EA EMPLOYEd $ 1,0 0000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C I Leased/Rented Equipment IAD A858049-02 3/11/2017 3/11/2018 $400,000wf$1,000Dedudible i DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project: Park Improvements at: Trail Drivers Park City Project No. 02475 SEE ATTACHED PAGE 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 1000 Throckmorton St. ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE L1 Gary Thompson/CHERYL ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025 Omani) COMMENTS/REMARKS The following Applies to the General Liability Policy: Additional Insured Form #CG2010 4/13 for Ongoing Operations; Additional Insured Form #CG2037 4/13 for Completed Operations; Additional Insured for Lessor of Leased Equipment Form #CG7208 2/15; Primary & Non-Contributory Form #CG2001 4/13; Waiver of Subrogation Form #CG7208 2/15. The following Applies to the Businss Auto Policy: Additional Insured Form #CA7109 1/17; Waiver of Subrogation Form #CA7109 1/17; Primary & Non-Contributory Form #CA7334 9/15. The following Applies to the Worker's Compensation Policy: Waiver of Subrogation Form #WC420304B. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. L. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. POLICY NUMBER: 85322011 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDI- DESCRIBED IN THE ABOVE TIONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS 1 1rfor nation roqulr Cid to this-Schedule, if nc\ above, ^iil Ve shmun 11,the Deidarabions. ' A. Section 11 — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" " caused,in whole or in part,by: property damage" 'occurring after: 1. All work, including materials, parts or 1. Your acts or omissions;or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service; behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed;or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted b law;and y other than another contractor or subcontractor engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 ®insurance Services Office,Inc.,2012 Page 1 of 2 *24018550* I IIIIfI�I�II ILII III�I VIII VIII VIII I�III Illi IIII C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agre- lent, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement;or Page 2 of 2 0 Insurance Services Office, Inc.,2012 CG 20 10 0413 POLICY NUMBER:85322011 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations ANY PERSON OR ORGANIZATION TO WHOM LOCATIONS DESIGNATED AND YOU HAVE AGREED TO NAME AS ADDIT— DESCRIBED IN THE ABOVE IONAL INSURED BY WRITTEN CONTRACT MENTIONED WRITTEN CONTRACT OR AGREEMENT IF THE CONTRACT OR OR AGREEMENT AGREEMENT IS EXECUTED PRIOR TO LOSS Information required to complete this Schedule if not shown above, will be shown in the Declarations. PREMIUM 1,500 A. Section II—Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s)or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we .your work" at the location designated and will pay on be half of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and 1. Required by the contract or agreement;or included in the products -completed operations 2. Available under the applicable Limits of hazard". Insurance shown in the Declarations; However: 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law;and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 *26018570IIIIIIII�IIIIAhiIIIIIIIVIII1IIII1111111111 Policy Number: 85322011 COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance;and CG 20 01 04 13 0 Insurance Services Office, Inc.,2012 Page 1 of 1 CG 72 08 02 15 TEXAS-EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. * Extended Property Damage * Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage *Coverage for non-owned watercraft is extended to 51 feet in length " Property Damage-Borrowed Equipment * Property Damage Liability-Elevators *Coverage D-Voluntary Property Damage Coverage$5,000 Occurrence with a$10,000 Aggregate Coverage E - Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate-$500 Deductible * Coverage F-Electronic Data Liability Coverage-$50,000 * Coverage G-Product Recall Expense$25,000 Each Recall Limit with a$50,000 Aggregate-$1,000 Deductible *Coverage H-Water Damage Legal Liability-$25,000 *Coverage I-Designated Operations Covered by a Consolidated (Wrap-Up) Insurance Program-Limited Coverage * Increase in Supplementary Payments: Bail Bonds to$1,000 * Increase in Supplementary Payments:Loss of Earnings to$500 * For newly formed or acquired organizations-extend the reporting requirement to 180 days *Broadened Named Insured - Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You *Contractors Blanket Additional Insured-Limited Products-Completed Operations Coverage *Automatic Additional Insured-Vendors Automatic Additional Insured-Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You *Automatic Additional Insured-Managers or Lessor of Premises *Additional Insured-Engineers,Architects or Surveyors Not Engaged by the Named Insured *Additional Insured-State or Governmental Agency or Subdivision or Political Subdivision-Permits or Authorizations *Additional Insured-Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only-Owners, Lessees or Contractors Automatic Status When Required in Construction Agreement With You *Additional Insured-Employee Injury to Another Employee *Automatically included-Aggregate Limits of Insurance (per location) *Automatically included-Aggregate Limits of Insurance(per project) * Knowledge of occurrence- Knowledge of an "occurrence", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent,servant or employee. * Blanket Waiver of Subrogation * Liberalization Condition *Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. *"Insured Contract"redefined for Limited Railroad Contractual Liability * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 lbs GVW * Bodily Injury Redefined REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 14 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 72 08 0215 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 14 *4701635-0• 111111111111111111111111111111111111 IN 11111111 CG 72 08 0215 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS - EXTENDED ULTRA LIABILITY PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION 1 - COVERAGES A. The following changes are made at COVERAGE A-BODILY INJURY AND PROPERTY DAMAGE LIABILITY 1. Extended Property Damage At 2.Exclusions exclusion a.Expected or Intended Injury is replaced with the following: 'Bodily injury'or"property damage"expected or intended from the standpoint of the insured.This exclusion does not apply to "bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. 2. Expanded Fire Legal Liability At 2.Exclusions the last paragraph is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of this owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 3. Non-Owned Watercraft At 2.Exclusions exclusion g.Aircraft,Auto Or Watercraft(2)(a)is deleted and replaced by the following: (a) Less than 51 feet long; 4. Property Damage—Borrowed Equipment At 2. Exclusions the following is added to paragraph(4)of exclusion j.Damage To Property: This exclusion does not apply to 'property damage"to borrowed equipment while at a jobsKe and while not being used to perform operations. The most we will pay for'property damage'to any one piece of borrowed equipment under this coverage is $25,000 per occurrence. The insurance afforded under this provision is excess over any valid and collectible property insurance (including deductible) available to the insured, whether primary, excess, contingent or on any other basis. S. Property Damage Liability—Elevators At 2. Exclusions the following is added to paragraphs(3), (4)and (6)of exclusion j. Damage To Property:This exclusion does not apply to "property damage" resulting from the use of elevators. However, any insurance provided for such "property damage" is excess over any valid and collectible property insurance (including deductible)available to the insured, whether primary,excess,contingent or on any other basis. B. The following coverages are added: 1. COVERAGE D-VOLUNTARY PROPERTY DAMAGE COVERAGE 'Property damage"to property of others caused by the insured: a. While in your possession; or b. Arising out of'your work". Coverage applies at the request of the insured,whether or not the insured is legally obligated to pay. For the purposes of this Voluntary Property Damage Coverage only: Exclusion j.Damage to Property is deleted and replaced by the following: CG 72 08 D2 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 2 of 14 CG 72 08 02 15 j. Damage to Property "Property damage"to: (1) Property held by the insured for servicing, repair, storage or sale at premises you own, rent, lease, operate or use; (2) Property transported by or damage caused by any"automobile", "watercraft"or"aircraft"you own, hire or lease; (3) Property you own, rent, lease, borrow or use. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 2. COVERAGE E-CARE, CUSTODY AND CONTROL PROPERTY DAMAGE COVERAGE For the purpose of this Care,Custody and Control Property Damage Coverage only: a. Item(4)of Exclusion j.does not apply. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 3. COVERAGE F-ELECTRONIC DATA LIABILITY COVERAGE For the purposes of this Electronic Data Liability Coverage only: a. Exclusion p. of Coverage A—Bodily Injury And Property Damage Liability in Section I—Coverages is replaced by the following: 2. Exclusions This insurance does not apply to: p. Electronic Data Damages arising out of the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate"electronic data"that does not result from physical injury to tangible property. However,this exclusion does not apply to liability for damages because of'bodily injury" b. "Property Damage"means: (1) Physical injury to tangible property, including all resulting loss of use of that property.All such loss of use shall be deemed to occur at the time of the physical injury that caused it; or (2) Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the"occurrence"that caused it;or (3) Loss of, loss of use of, damage to, corruption of, inability to access or inability to property manipulate 'electronic data', resulting from physical injury to tangible property.All such loss of"electronic data"shall be deemed to occur at the time of the 'occurrence"that caused it. For the purposes of this Electronic Data Liability Coverage,"electronic data"is not tangible property. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE 4. COVERAGE G-PRODUCT RECALL EXPENSE a. Insuring Agreement (1) We will pay 90%of"product recall expense"you incur as a result of a"product recall"you initiate during the coverage period. (2) We will only pay for"product recall expense" arising out of"your products" which have been physically relinquished to others. The amount we will pay is limited as described below in SECTION III-LIMITS OF INSURANCE CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 3 of 14 *48016360* CG 72 08 02 t5 b. Exclusions This insurance does not apply to"product recall expense"arising out of: (1) Any fact, circumstance or situation which existed at the inception date of the policy and which you were aware of,or could reasonably have foreseen that would have resulted in a"product recall'. (2) Deterioration,decomposition or transformation of a chemical nature, except if caused by an error in the manufacture,design,processing, storage, or transportation of"your product". (3) The withdrawal of similar products or batches that are not defective, when a defect in another product or batch has been found. (4) Acts, errors or omissions of any of your employees, done with prior knowledge of any of your officers or directors. (5) Inherent vice,meaning a natural condition of property that causes it to deteriorate or become damaged. (6) "Bodily Injury'or'Property Damage'. (7) Failure of"your product"to accomplish its intended purpose, including any breach of warranty of fitness, quality, efficacy or efficiency, whether written or implied. (8) Loss of reputation, customer faith or approval, or any costs incurred to regain customer market, or any other consequential damages. (9) Legal fees or expenses. (10) Damages claimed for any loss, cost or expense incurred by you or others for the loss of use of "your product". (11) "Product recall expense'arising from the 'product recall"of any of"your products"for which coverage is excluded by endorsement. (12) Any"product recall"initiated due to the expiration of the designated shelf life of'your product". 5. COVERAGE H-WATER DAMAGE LEGAL LIABILITY The Insurance provided under Coverage H (Section 1)applies to"property damage" arising out of water damage to premises that are both rented to and occupied by you. The Limit under this coverage shall not be in addition to the Damage To Premises Rented To You Limit. The amount we will pay is limited as described below in SECTION 111 -LIMITS OF INSURANCE. 6. COVERAGE I— DESIGNATED OPERATIONS COVERED BY A CONSOLIDATED (WRAP-UP) INSURANCE PROGRAM The following exclusion is added to Paragraph 2. Exclusions of SECTION I—COVERAGES COVERAGE A - BODILY INJURY AND PROPERTY DAMAGE LIABILITY: r. This insurance does not apply to `bodily injury" or "property damage" arising out of either your ongoing operations or operations included within the `products-completed operations hazard" for any `consolidated (Wrap-up) insurance program" which has been provided by the prime contractor/project manager or owner of the construction project in which you are involved. This exclusion applies whether or not a consolidated (Wrap-up)insurance program: a. Provides coverage identical to that provided by this Coverage Part; or b. Has limits adequate to cover all claims. This exclusion does-not apply if a "consolidated(Wrap-up) insurance program" covering your operations has been cancelled, non-renewed or otherwise no longer applies for reasons other than exhaustion of all available limits, whether such limits are available on a primary, excess or on any other basis. You must advise us of such cancellation, nonrenewal or termination as soon as practicable. For purposes of this exclusion a "consolidated (wrap-up) insurance program" is a program providing insurance coverage to all parties for exposures involved with a particular (typically major) construction project. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 14 CG 72 08 02 15 C. SUPPLEMENTARY PAYMENTS -COVERAGES A AND B is amended: 1. To read SUPPLEMENTARY PAYMENTS 2. Bail Bonds Item i.b. is amended as follows: b. Up to $1,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 3. Loss of Earnings Item i.d.is amended as follows: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit",including actual loss of earnings up to$500 a day because of time off from work. 4. The following language is added to Item 1. However, we shall have none of the duties set forth above when this insurance applies only for Voluntary Property Damage Coverage and/or Care, Custody or Control Property Damage Coverage and we have paid the Limit of Liability or the Aggregate Limit for these coverages. SECTION II - WHO IS AN INSURED A. The following change is made: Extended Reporting Requirements Item 3.a.is deleted and replaced by the following: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period,whichever is earlier. B. The following provisions are added: 4. BROAD FORM NAMED INSURED Item 1.f.is added as follows: f. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period only if there is no other similar insurance available to that entity. However: (1) Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired more than 50 percent of the voting stock;and (2) Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired more than 50 percent of the voting stock. 5. Additional Insured -Owners, Lessees or Contractors-Automatic Status When Required in Construction or Service Agreement With You a. Any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability for"bodily injury", "property damage" or"personal and advertising injury" which may be imputed to that person or organization directly arising out of: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law;and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds,the following additional exclusions apply: This insurance does not apply to: CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 5 of 14 *49016370* 1i11111111111111111111111111111811111111111111 CG 72 08 02 15 1. "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render,any professional architectural,engineering or surveying services,including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications;or b. Supervisory, inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or"property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. 2. "Bodily injury"or"property damage"occurring after: a. All work, including materials, parts or equipment fumished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed;or b. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 6. Additional Insured—Limited Products Completed Operations Coverage a. Any person(s) or organization(s), but only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of 'your work" performed for that additional insured and included in the "products-completed operations hazard" is an insured. However. (1) The insurance afforded to such additional insureds only applies to the extent permitted by law, (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. (3) Coverage will cease five years from the completion of"your work"if: (a) a timeframe is not stipulated in the written contract or written agreement;or (b) a timeframe longer than 5 years is stipulated in the written contract or written agreement. However if a lesser timeframe is stipulated in the written contract or written agreement then that time frame will prevail. b. With respect to the insurance afforded to any additional insured under this endorsement, the following additional exclusionary language shall apply: This insurance does not apply to "bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architecture, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or (2) Supervisory,inspection,architectural or engineering activities. 7. Additional Insured-Vendors a. Any person(s) or organization(s) (referred to throughout this additional coverage as vendor), but only with respect to "bodily injury" or"property damage", which may be imputed to that person(s) or organization(s) arising out of"your products" shown with the Schedule which are distributed or sold in the regular course of the vendor's business is an insured. However: (1) The insurance afforded to such vendor only applies to the extent permitted by law; and (2) If coverage provided to the vendor is required by a contract or agreement,the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. CG 72 08 0215 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 14 CG 72 08 02 15 b. With respect to the insurance afforded to these vendors,the following additional exclusions apply: (1) This insurance afforded the vendor does not apply to: (a) "Bodily injury" or"property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (b) Any express warranty unauthorized by you; (c) Any physical or chemical change in the product made intentionally by the vendor; (d) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container. (e) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of products. (f) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product. (g) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. (h) "Bodily injury" or"property damage"arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However,this exclusion does not apply to: i. The exceptions contained in Sub-paragraphs d.or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. (2) This insurance does not apply to any insured person or organization, from whom you have acquired such products,or any ingredient, part or container, entering into,accompanying or containing such products. 8. Additional Insured — Lessor of Leased Equipment — Automatic Status When Required in Lease Agreement With You a. Any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an insured only with respect to your liability for "bodily injury", "property damage" or "personal and advertising injury" directly arising out of the maintenance, operation or use of equipment leased to you, which may be imputed to such person or organization as the lessor of equipment. However,the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law,and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. b. With respect to the insurance afforded to these additional insureds, this insurance does not apply to any "occurrence"which takes place after the equipment lease expires. 9. Additional Insured—Managers or Lessors of Premises a. Any person(s) or organization(s), but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: CG 72 08 0215 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 7 of 14 :50016380 �llllll!{�IiIIIIII�I�I�I�IIlII�IILIIIIII�IIII���� CG 72 08 02 15 This insurance does not apply to: (1) Any"occurrence"which takes place after you cease to be a tenant in that premises. (2) Structural alterations, new construction or demolition operations performed by or on behalf of the person(s)or organization(s)afforded coverage by this additional coverage. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law, and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 10. Additional Insured-Engineers,Architects or Surveyors Not Engaged by the Named Insured a. Any architects, engineers or surveyors who are not engaged by you are insureds, but only with respect to liability for"bodily injury" or"property damage"or"personal and advertising injury"which may be imputed to that architect, engineer or surveyor arising out of: (1) Your acts or omissions;or (2) Your acts or omissions of those acting on your behalf; in the performance of your ongoing operations performed by you or on your behalf. But only if such architects, engineers or surveyors, while not engaged by you,are contractually required to be added as an additional insured to your policy. However,the insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; and (2) Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. b. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional services, including: (1) The preparing, approving, or failing to prepare or approve, maps, drawings, opinions, reports, surveys, change orders,designs or specifications; or (2) Supervisory, inspection or engineering services. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the 'bodily injury" or"property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional services. 11. Additional Insured -State or Governmental Agency or Subdivision or Political Subdivision - Permfts or Authorizations Any state or governmental agency or subdivision or political subdivision is an insured, subject to the following provisions: a. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: (1) The insurance afforded to such additional insured only applies to the extent permitted by law; and (2) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 14 CG 72 08 02 15 b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government,state or municipality; or (2) "Bodily injury"or"property damage"included within the"products-completed operations hazard". 12. Additional Insured Consolidated Insurance Program (Wrap-Up) Off-Premises Operations Only -Owners, Lessees or Contractors a. Any persons or organizations for whom you are performing operations, for which you have elected to seek coverage under a Consolidated Insurance Program, when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy is an insured. Such person or organization is an additional insured only with respect to your liability which may be imputed to that person or organization directly arising out of your ongoing operations performed for that person or organization at a premises other than any project or location that is designated as covered under a Consolidated Insurance Program.A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. b. With respect to the insurance afforded to these additional insureds,the following additional exclusion applies. This insurance does not apply to: "Bodily injury", "property damage", or 'personal and advertising injury" arising out of the rendering of, or failure to render,any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; and (2) Supervisory, inspection 13. Additional Insured-Employee injury to Another Employee With respect to your'employees'who occupy positions which are supervisory in nature: Paragraph 2.a.(1)of SECTION II—WHO IS A NAMED INSURED is amended to read: a. 'Bodily injury"or"personal and advertising injury" (1) To you, to your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); (2) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph(1)(a)above;or (3) Arising out of his or her providing or failing to provide professional healthcare services. Paragraph 3.a. is deleted. For the purpose of this Item 13 only, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, direct,discipline or discharge. SECTION III - LIMITS OF INSURANCE A. The following Items are deleted and replaced by the following: 2. The General Aggregate Limit is the most we will pay for the sum of: a. Medical expenses under Coverage C; b. Damages under Coverage A, except damages because of"bodily injury" or "property damage" included in the"products-completed operations hazard";and c. Damages under Coverage B; and d. Damages under Coverage H. CG 72 08 02 16 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 9 of 14 *51016390* 111111111111111111111111111111111111111111111 CG 72 08 02 15 3. The Products-Completed Operations Aggregate Limit is the most we will pay under Coverage A for damages because of"bodily injury" and "property damage" included in the "products-completed operations hazard" and Coverage G. 6. Subject to 5. above,the Damage to Premises Rented to You Limit is the most we will pay under Coverage A for damages because of"property damage"to any one premises, white rented to you, or in the case of damage by fire, explosion, lightning, smoke resulting from such fire, explosion, or lightning or sprinkler leakage while rented to you or temporarily occupied by you with permission of the owner. B. The following are added: 8. Subject to Paragraph 5, of SECTION III — LIMITS OF INSURANCE $25,000 is the most we will pay under Coverage H for Water Damage Legal Liability. 9. Coverage G-Product Recall Expense Aggregate Limit$50,000 Each Product Recall Limit$25,000 a. The Aggregate Limit shown above is the most we will pay for the sum of all "product recall expense" you incur as a result of all"product recalls"you initiate during the endorsement period. b. The Each Product Recall Limit shown above is the most we will pay, subject to the Aggregate and $1,000 deductible, for "product recall expense" you incur for any one "product recall" you initiate during the endorsement period. We will only pay for the amount of Product Recall Expenses which are in excess of the deductible amount. The deductible applies separately to each Product Recall. The limits of insurance will not be reduced by the amount of this deductible. We may, or will if required by law, pay all or any part of any deductible amount. Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. 10. Aggregate Limits of Insurance(Per Location) The General Aggregate Limit applies separately to each of your "locations" owned by or rented to you or temporarily occupied by you with the permission of the owner. "Location" means premises involving the same or connecting tots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. 11. Aggregate Limits of Insurance(Per Project) The General Aggregate Limit applies separately to each of your projects away from premises owned by or rented to you. 12. With respects to the insurance afforded to additional insureds afforded coverage by items 5 through 13 of SECTION II—WHO IS AN INSURED above,the following is added: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; b. Available under the applicable Limits of Insurance shown in the Declarations; Whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 13. Subject to 5. of SECTION III —LIMITS OF INSURANCE, a $5,000 "occurrence" limit and a $10,000 "aggregate" limit is the most we will pay under Coverage A for damages because of "property damage" covered under Coverage D-Voluntary Property Damage Coverage. For the purposes of this Voluntary Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. CG 72 08 02 16 Includes copyrighted material of insurance Services Office, Inc., with its permission. Page 10 of 14 CG 72 08 02 15 14. Subject to 5. of SECTION III — LIMITS OF INSURANCE, a $25,000 "occurrence" limit and a $100,000 "aggregate"limit is the most we will pay under Coverage E -Care, Custody and Control Coverage regardless of the number of: a. Insureds; b. Claims made or"suits"brought;or c. Persons or organizations making claims or bringing "suits". Deductible-Our obligation to pay damages on your behalf applies only to the amount of damages in excess of $500. This deductible applies to all damages because of "property damage" as the result of any one "occurrence" regardless of the number of persons or organizations who sustain damages because of that"occurrence". We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and upon notification of the action taken, you shall promptly reimburse us for such part of the deductible amount as has been paid by us. As respects this coverage "Aggregate" is the maximum amount we will pay for all covered "occurrences"during one policy period. For the purposes of this Care, Custody and Control Property Damage Coverage, our right and duty to defend ends when we have paid the Limit of Liability or the Aggregate Limit for this coverage. 15. Subject to 5. of SECTION III — LIMITS OF INSURANCE, the most we will pay for "property damage" under Coverage F-Electronic Data Liability Coverage for toss of"electronic data" is $50,000 without regard to the number of"occurrences'. SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS A. The following conditions are amended: 1. Knowledge of Occurrence a. Condition 2., Items a.and b,are deleted and replaced by the following: (1) Duties In The Event Of Occurrence,Offense, Claim Or Suit (a) You must see to it that we are notified as soon as practicable of an"occurrence"or an offense which may result in a claim. Knowledge of an "occurrence" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent,servant or employee.To the extent possible, notice should include: 1. How, when and where the"occurrence"took place; fl. The names and addresses of any injured persons and witnesses,and iii. The nature and location of any injury or damage arising out of the"occurrence"or offense. (b) If a claim is made or"suit"is brought against any insured,you must: i. Immediately record the specifics of the claim or"suit"and the date received; and ii. Notify us as soon as practicable. You must see to it that we receive written notice of the claim or"suit"as soon as practicable. Knowledge of a claim or "suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee. 2. Where Broad Form Named Insured is added in SECTION II — WHO IS AN INSURED of this endorsement, Condition 4.Other Insurance b.Excess insurance(1).(a)is replaced by the following: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis,that is available to an insured solely by reason of ownership by you of more than 50 percent of the voting stock, and not withstanding any other language in any other policy. This provision does not apply to a policy written to apply specifically in excess of this policy. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 11 of 14 x52016400: 1111111111111111111111111111111111111111111111111 CG 72 08 0215 B. The following are added: 1. Condition (5)of 2.c. (5) Upon our request, replace or repair the property covered under Voluntary Property Damage Coverage at your actual cost, excluding profit or overhead. 10. Blanket Waiver Of Subrogation We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of: premises owned or occupied by or rented or loaned to you, ongoing operations performed by you or on your behalf, done under a contract with that person or organization, 'your worts", or 'your products". We waive this right where you have agreed to do so as part of a written contract, executed by you before the "bodily injury" or`property damage" occurs or the 'personal injury" or 'advertising injury"offense is committed. 11. Liberalization If a revision to this Coverage Part, which would provide more coverage with no additional premium becomes effective during the policy period in the state designated for the first Named Insured shown in the Declarations, your policy will automatically provide this additional coverage on the effective date of the revision. 12. Unintentional Failure to Disclose All Hazards Based on our reliance on your representations as to existing hazards, if you unintentionally should fail to disclose all such hazards at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. 13. The following conditions are added in regard to Coverage G-Product Recall Expense In event of a"product recall", you must a. See to it that we are notified as soon as practicable of a "product recall". To the extent possible, notice should include how,when and where the"product recall"took place and estimated"product recall expense". b. Take all reasonable steps to minimize"product recall expense".This will not increase the limits of insurance. c. If requested, permit us to question you under oath at such times as may be reasonably required about any matter relating to this insurance or your claim, including your books and records. Your answers must be signed. d. Permit us to inspect and obtain other information proving the loss. You must send us a signed, swom statement of loss containing the information we request to investigate the claim. You must do this within 60 days after our request. e. Cooperate with us in the investigation or settlement of any claim. f. Assist us upon our request, in the enforcement of any rights against any person or organization which may be liable to you because of loss to which this insurance applies. g. Claims Handling (1) Within 15 days after we receive written notice of claim, we will: (a) Acknowledge receipt of the claim. If we do not acknowledge receipt of the claim in writing, we will keep a record of the date, method and content of the acknowledgment; (b) Begin any investigation of the claim; and (c) Request a signed, sworn proof of loss,specify the information you must provide and supply you with the necessary forms. We may request more information at a later date, if during the investigation of the claim such additional information is necessary. (2) We will notify you in writing as to whether- (a) hether(a) The claim or part of the claim will be paid; (b) The claim or part of the claim has been denied, and inform you of the reasons for denial; (c) More information is necessary;or (d) We need additional time to reach a decision. if we need additional time, we will inform you of the reasons for such need. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 12 of 14 CG 72 08 02 15 (3) We will provide notification, as described in(2)(a)through(2)(d)above, within: (a) 15 business days after we receive the signed, sworn proof of loss and all information we requested; or (b) 30 days after we receive the signed,sworn proof of loss and all information we requested, if we have reason to believe the loss resulted from arson. If we have notified you that we need additional time to reach a decision,we must then either approve or deny the claim within 45 days of such notice. h. We will pay for covered loss or damage within 5 business days after: (1) We have notified you that payment of the claim or part of the claim will be made and have reached agreement with you on the amount of loss; or (2) An appraisal award has been made. However,if payment of the claim or part of the claim is conditioned on your compliance with any of the terms of this policy, we will make payment within 5 business days after the date you have complied with such terms. i. Catastrophe Claims If a claim results from a weather related catastrophe or a major natural disaster,the claim handling and claim payment deadlines described in a. and b. above are extended for an additional 15 days. Catastrophe or Major Natural Disaster means a weather related event which is: (1) Declared a disaster under the Texas Disaster Act of 1975; or (2) Determined to be a catastrophe by the State Board of Insurance. j. The term "business day", as used in this endorsement, means a day other than Saturday, Sunday or a holiday recognized by the state of Texas. k. We will issue loss payment to the first Named Insured shown in the Declarations and any mortgagee or loss payee as designated. 14. Limited Railroad Contractual Liability The following conditions are applicable only to coverage afforded by reason of the redefining of an "insured contract"in the DEFINITIONS section of this endorsement: a. Railroad Protective Liability coverage provided by ISO form CG 0035 with minimum limits of$2,000,000 per occurrence and a $6,000,000 general aggregate limit must be in place for the entire duration of any project. b. Any amendment to the Other Insurance condition of form CG 0035 alters the primacy of the coverage or which impairs our right to contribution will rescind any coverage afforded by the redefined 'insured contract" language, c. For the purposes of the Other Insurance condition of form CG 0035 you,the named insured,will be deemed to be the designated contractor. SECTION V-DEFINITIONS A. At item 12.Mobile Equipment the wording at f.(1)is deleted and replaced by the following: f.(1)Equipment designed primarily for: (a) Snow removal; (b) Road maintenance, but not construction or resurfacing;or (c) Street cleaning; except for such vehicles that have a gross vehicle weight less than 1,000 lbs which are not designed for highway use. B. Item 3."bodily injury"is deleted and replaced with the following: 3. 'Bodily injury' means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock,fright or death that results from such physical injury,sickness or disease. C. Item 9."Insured Contract c.is deleted and replaced with the following: c. Any easement or license agreement; D. Item 9."Insured Contract'f.(1)is deleted E. The following definitions are added for this endorsement only: 23. "Electronic data"means information,facts or programs stored as or on, created or used on, or transmitted to or from computer software, including systems and applications software, hard or floppy disks, CD-ROMS, tape drives, cells, data processing devices or any other media which are used with electronically controlled equipment. CG 72 08 02 15 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 13 of 14 *53016410* 11111111111111111111 till 111111111111111 CG 72 08 02 15 24."Product recall' means a withdrawal or removal from the market of"your product' based on the determination by you or any regulatory or governmental agency that: a. The use or consumption of "your product" has caused or will cause actual or alleged "bodily injury" or "property damage"; and b. Such determination requires you to recover possession or control of "your product' from any distributor, purchaser or user, to repair or replace "your product", but only if "your product' is unfit for use or consumption, or is hazardous as a result of: (1) An error or omission by an insured in the design, manufacturing, processing, labeling, storage, or transportation of"your product": or (2) Actual or alleged intentional, malicious or wrongful alteration or contamination of "your product" by someone other than you. 25. "Product recall expense"means reasonable and necessary expenses for. a. Telephone, radio and television communication and printed advertisements, including stationery, envelopes and postage. b. Transporting recalled products from any purchaser,distributor or user,to locations designated by you. c. Remuneration paid to your employees for overtime, as well as remuneration paid to additional employees or independent contractors you hire. d. Transportation and accommodation expense incurred by your employees. e. Rental expense incurred for temporary locations used to store recalled products. f. Expense incurred to property dispose of recalled products, including packaging that cannot be reused. g. Transportation expenses incurred to replace recalled products. h. Repairing, redistributing or replacing covered recalled products with like products or substitutes, not to exceed your original cost of manufacturing, processing, acquisition and/or distribution. These expenses must be incurred as a result of a"product recall'. CG 72 08 0215 includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 14 of 14 COMMERCIAL AUTO CA 71 09 01 17 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ULTRA ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM COMMON POLICY CONDITIONS COVERAGEINDEX DESCRIPTION PAGE Temporary Substitute Auto Physical Damage 2 Broad Form Insured 2 Employee as Insureds 2 Additional Insured Status by Contract, Agreement or Permit 2 Bail Bond Coverage 3 Loss of Earnings Coverage 3 Amended Fellow Employee Coverage 3 Towing and Labor 3 Physical Damage Additional Transportation Expense Coverage 3 Extra Expense-Theft 3 Rental Reimbursement and Additional Transportation Expense 4 Personal Effects Coverage 4 Personal Property of Others 4 Locksmith Coverage 4 Vehicle Wrap Coverage 5 Airbag Accidental Discharge 5 Audio, Visual and Data Electronic Equipment Coverage 5 Auto Loan/Lease Total Loss Protection 5 Glass Repair—Deductible Amendment 5 Amended Duties in the Event of Accident, Claim, Suit or Loss 6 Waiver of Subrogation Required by Contract 6 Unintentional Failure to Disclose 6 Hired, Leased, Rented or Borrowed Auto Physical Damage 6 Mental Anguish 7 Extended Cancellation Condition 7 The COVERAGE INDEX set forth above is informational only and grants no coverage. Terms set forth in (Bold Italics) are likewise for information only and by themselves shall be deemed to grant no coverage. CA 7109 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 7 *15018460* 11111111111111111111111111111111111111111111111111 (Temporary Substitute Auto Physical Damage) A. TEMPORARY SUBSTITUTE AUTO PHYSICAL DAMAGE SECTION I — COVERED AUTOS, paragraph C. Certain Trailers, Mobile Equipment and Temporary Substitute Autos is amended by adding the following at the end of the existing language: If Physical Damage Coverage is provided under this Coverage form for an "auto" you own, the Physical Damage coverages provided for that owned "auto"are extended to any"auto"you do not own while used with the permission of its owner as a temporary substitute for the covered "auto' you own that is out of service because of its breakdown, repair, servicing, 'loss", or destruction B. BROADENED LIABILITY COVERAGES SECTION II — LIABILITY COVERAGE in Paragraph A. Coverage at 1. Who Is An Insured is amended to include the following: (Broad Form Insured) d. Any legally incorporated subsidiary in which you own more than 50% of the voting stock on the effective date of the Coverage Form. However, the Named Insured does not include any subsidiary that is an "insured" under any other automobile policy or would be an "insured" under such a policy but for its termination or the exhaustion of its Limit of Insurance. e. Any organization that is acquired or formed by you, during the term of this policy and over which you maintain majority ownership. However, the Named Insured does not include any newly formed or acquired organization: (1) That is a joint venture or partnership, (2) That is an "insured" under any other policy, (3) That has exhausted its Limits of Insurance under any other policy, or (4) 180 days or more after its acquisition or formation by you, unless you have given us notice of the acquisition or formation Coverage does not apply to "bodily injury" or "property damage" that results from an accident that occurred before you formed or acquired the organization. (Employee as Insureds) f. Any employee of yours while acting in the course of your business or your personal affairs while using a covered"auto'you do not own, hire or borrow. (Additional Insured Status by Contract, Agreement or Permit) g. Any person or organization whom you are required to add as an additional insured on this policy under a written contract or agreement; but the written contract or agreement must be: (1) Currently in effect or becoming effective during the term of this policy; and (2) Executed prior to the"bodily injury"or"property damage." The additional insured status will apply only with respect to your liability for "bodily injury" or "property damage" which may be imputed to that person(s) or organization(s) directly arising out of the ownership, maintenance or use of the covered"autos"at the location(s)designated, if any. Coverage provided by this endorsement will not exceed the limits of liability required by the written contract or written agreement even if the limits of liability stated in the policy exceed those limits. This endorsement shall not increase the limits stated in Section II.C. Limits of Insurance. For any covered"auto'you own this Coverage Form provides primary coverage. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 C. BROADENED SUPPLEMENTARY PAYMENTS SECTION Il. LIABILITY A. Coverage 2. Coverage Extensions a. Supplementary Payments (2) and (4) are replaced by the following: (Bail Bond Coverage) (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident"we cover. We do not have to fumish these bonds. (Loss of Eamings Coverage) (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earning up to $500 a day because of time off from work. (Amended Fellow Employee Exclusion) D. AMENDED FELLOW EMPLOYEE EXCLUSION Only with respect to your"employees"who occupy positions which are supervisory in nature, SECTION II. LIABILITY B. Exclusion 5. Fellow Employee is replaced by: 5. Fellow Employee "Bodily Injury": a. To you, or your partners or members (if you are a partnership or joint venture), or to your members (if you are a limited liability company); b. To your"executive officers" and directors (if you are an organization other than a partnership, joint venture, or limited liability company) but only with respect to performance of their duties as your officers or directors; c. For which there is an obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph a and b above; or d. Arising out of his or her providing or failing to provide professional health care services. For purposes of this endorsement, a position is deemed to be supervisory in nature if that person performs principle work which is substantially different from that of his or her subordinates and has authority to hire, transfer,direct, discipline or discharge. E. BROADENED PHYSICAL DAMAGE COVERAGES SECTION III—PHYSICAL DAMAGE COVERAGE A. Coverage is amended as follows: (Towing and Labor) 2. Towing is deleted and replaced with the following: 2. Towing and Labor We will pay towing and labor costs incurred, up to the limits shown below, each time a covered"auto" is disabled: a. For private passenger type vehicles we will pay up to $100 per disablement. b. For all other covered "auto's"we will pay up to$500 per disablement However,the labor must be performed at the place of disablement. (Physical Damage Additional Transportation Expense Coverage) 4. Coverage Extensions a. Transportation Expenses is amended to provide the following limits: We will pay up to$60 per day to a maximum of$1,800. All other terms and provisions of this section remain applicable. The following language is added to 4. Coverage Extensions: (Extra Expense—Theft) c. Theft Recovery Expense If you have purchased Comprehensive Coverage on an "auto" that is stolen, we will pay the expense of retuming that stolen auto to you.The limit for this coverage extension is$5,000. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 7 *16018470* 11111111111111111 IN 111111111111111111111111111 (Rental Reimbursement and Additional Transportation Expense) d. Rental Reimbursement We will provide Rental Reimbursement and Additional Expense coverage only for those Physical Damage coverages for which a premium is shown in the Declarations or schedule pages. Coverage applies only to a covered "auto". (1) We will pay for auto rental expense and the expense incurred by you because of "loss" to remove and transfer your materials and equipment from a covered "auto" to a covered "auto." Payment applies in addition to the otherwise applicable coverage you have on a covered "auto." No deductible applies to this coverage. (2) We will pay only for expenses incurred during the policy period and beginning 24 hours after the "loss" and ending, regardless of the policy's expiration, with the lesser of the following number of days: (a) The number of days reasonably required to repair or replace the covered "auto." If "loss" is caused by theft, this number of days is added to the number of days it takes to locate the covered "auto" and return it to you, or (b) 30 days. (3) Our payment is limited to the lesser of the following amounts: (a) Necessary and actual expenses incurred; or (b) $75 per day. (c) This coverage does not apply while there are spare or reserve "autos" available to you for your operations. (d) If"loss" results from the total theft of a covered "auto" of the private passenger or light truck type, we will pay under this coverage only that amount of your rental reimbursement expense which is not already provided for under the SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. Coverage Extensions, a. Transportation Expenses. (Personal Effects Coverage) e. Personal Effects If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $500 for Personal Effects stolen with the "auto". The insurance provided under this provision is excess over any other collectible insurance. For this coverage extension, Personal Effects means tangible property that is wom or carried by an "insured". (Personal Property of Others) f. Personal Property of Others We will pay up to $500 for loss to personal property of others in or on your covered "auto." This coverage applies only in the event of "loss"to your covered "auto" caused by fire, lightning, explosion, theft, mischief or vandalism, the covered "auto's" collision with another object, or the covered "auto's" overtum. No deductibles apply to this coverage. (Locksmith Coverage) g. Locksmith Coverage We will pay up to $250 per occurrence for necessary locksmith services for keys locked inside a covered private passenger"auto".The deductible is waived for these services. Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 (Vehicle Wrap Coverage) h. Vehicle Wrap Coverage If you have Comprehensive or Collision coverage on an "auto" that is a total loss, in addition to the actual cash value of the "auto", we will pay up to $1,000 for vinyl vehicle wraps which are displayed on the covered "auto" at the time of total loss. Regardless of the number of autos deemed a total loss, the most we will pay under this Vehicle Wrap Coverage for any one 'loss" is $5,000. For purposes of this coverage provision, signs or other graphics painted or magnetically affixed to the vehicle are not considered vehicle wraps. (Airbag Accidental Discharge) F. SECTION 111 — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended at 3, to include the following language: If you have purchased Comprehensive or Collision Coverage under this policy, this exclusion does not apply to mechanical breakdown relating to the accidental discharge of an air bag. This coverage applies only to a covered auto you own and is excess of any other collectible insurance or warranty. No deductible applies to this coverage. G. BROADENED LIMITS OF INSURANCE (Audio, Visual and Data Electronic Equipment Coverage) SECTION III— PHYSICAL DAMAGE COVERAGE—C. Limit of Insurance at 1.b. is amended to provide the following limits: b. Limits of $1,000 per 'loss" is increased to $5,000 per 'loss". All other terms and provisions of this section remain applicable. (Auto Loan/Lease Total Loss Protection) SECTION III — PHYSICAL DAMAGE COVERAGE — C. Limit of Insurance is amended by adding the following language: 4. In the event of a total 'loss"to a covered "auto"shown in the Schedule pages, subject at the time of the "loss"to a loan or lease,we will pay any unpaid amount due including up to a maximum of$500 for early termination fees or penalties on the lease or loan for a covered"auto"less: a. The amount paid under the Physical Damage Coverage Section of the policy; and b. Any: (1) Overdue lease/loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. (Glass Repair—Deductible Amendment) H. GLASS REPAIR—DEDUCTIBLE SECTION III—PHYSICAL DAMAGE COVERAGE—D. Deductible is amended by adding the following: Any deductible shown in the Declarations as applicable to the covered "auto' will not apply to glass breakage if the damaged glass is repaired, rather than replaced. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 7 z1'018480z lllllllllllllllllllllllllllllllllllllllllllllllli (Amended Duties in the Event of Accident, Claim, Suit or Loss) I. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM,SUIT OR LOSS Under SECTION IV — BUSINESS AUTO CONDITIONS, A. Loss Conditions, the following is added to paragraph 2. Duties In The Event of Accident,Suit or Loss: d. Knowledge of any "accident", "claim", "suit" or"loss" will be deemed knowledge by you when notice of such "accident", "claim", "suit"or"loss" has been received by: (1) You, if you are an individual; (2) Any partner or insurance manager if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; (4) Your members, managers or insurance manager, if you are a limited liability company;or (5) Your officials,trustees, board members or insurance manager, if you are a not-for-profit organization. (Waiver of Subrogation by Contract) J. WAIVER OF SUBROGATION REQUIRED BY CONTRACT Under SECTION IV, BUSINESS AUTO CONDITIONS, A. Loss Conditions 5. Transfer of Rights of Recovery Against Others to Us the following language is added: However, we waive any rights of recovery we may have against the person or organization with whom you have agreed in writing in a contract, agreement or permit, to provide insurance such as is afforded under the policy to which this endorsement is attached. This provision does not apply unless the written contract or written agreement has been executed, or permit has been issued, prior to the"bodily injury"or"property damage." (Unintentional Failure to Disclose) K. UNINTENTIONAL FAILURE TO DISCLOSE Under SECTION IV — BUSINESS AUTO CONDITIONS, B. General Conditions, the following is added to 2. Concealment, Misrepresentation Or Fraud: Your unintentional error in disclosing, or failing to disclose any material fact existing at the effective date of this Coverage Form, or during the policy period in connection with any additional hazards, will not prejudice your rights under this Coverage Form. (Hired, Leased, Rented or Borrowed Auto Physical Damage) L. HIRED, LEASED, RENTED OR BORROWED AUTO PHYSICAL DAMAGE Under SECTION IV—BUSINESS AUTO CONDITIONS B. General Conditions 5. Other Insurance Paragraph 5.b. is replaced by the following: b. (1) For"Comprehensive" and "Collision"Auto Physical Damage coverage provided by this endorsement, the following are deemed to be covered "autos"you own: (a) Any Covered "auto"you lease, hire, rent or borrow; and (b) Any Covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto" (2) Limit of Insurance For This Section The most we will pay for any one"loss" is the lesser of the following: (a) $75,000 per accident, or (b) actual cash value at the time of loss, or (c) cost of repair. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., with its permission. CA 71 09 01 17 Minus a $500 deductible. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total loss. No deductible applies to "loss" caused by fire or lightning. (3) This Hired Auto Physical Damage coverage is excess over any other collectible insurance. (4) Definitions For This Section (a) Comprehensive Coverage: from any cause except the covered "auto's" collision with another object or the covered "auto's"overturn. We will pay glass breakage, "loss"caused by hitting a bird or animal and, "loss" caused by falling objects or missiles. (b) Collision Coverage: caused by the covered "auto's" collision with another object or by the covered "auto's"overturn. (Mental Anguish) M. MENTAL ANGUISH Under SECTION V—DEFINITIONS, C. is replaced by the following: C. "Bodily injury" means bodily injury, sickness or disease sustained by a person including mental anguish or death resulting from bodily injury, sickness, or disease. (Extended Cancellation Condition) N. EXTENDED CANCELLATION CONDITION Under CANCELLATION, of the COMMON POLICY CONDITIONS form, item 2.b. is replaced by the following: b. 60 days before the effective date of cancellation if we cancel for any other reason. CA 71 09 01 17 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 7 *18016490* 1111111111111111 CA 73 34 09 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY-OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following language replaces SECTION IV BUSINESS AUTO CONDITIONS Part B. General Conditions 5. Other Insurance c.: c. Regardless of the provisions of Paragraph a. above, this Coverage Form's Covered Autos Liability Coverage is primary for any liability assumed under an "insured contract". This coverage will also be non-contributory if it is required by the terms of the"insured contract". CA 73 34 09 16 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 x�,� WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent Copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A,of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule,but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s)arising out of the operations described. 4. Advance Premium: INCLUDED, SEE INFORMATION PAGE. This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following"attaching clause"need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement,effective on 03/11/2017 at 12:01 a.m.standard time,fomes a part of: Policy No.0001302851 of Texas Mutual insurance Company effective on 03/11/2017 Issued to: NORTH ROCK CONSTRUCTION LLC &Le de— Prernium: $4,058.00 Authorized Representative NCCI Carrier Code:29939 031=2017 PO Box 12058.Austin,TX 78711-2058 1 of 1 (800)859-5995 1 Fax(800)359-0650 1 texasmutual.com WC 42 03 04 6 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febawy Z 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................l## 1.01 Defined Terms...............................................................................................................................l## 1.02 Terminology..................................................................................................................................6## Article2—Preliminary Matters.........................................................................................................................7## 2.01 Copies of Documents....................................................................................................................7* 2.02 Commencement of Contract Time;Notice to Proceed................................................................7## 2.03 Starting the Work..........................................................................................................................8## 2.04 Before Starting Construction........................................................................................................8## 2.05 Preconstruction Conference..........................................................................................................8## 2.06 Public Meeting..............................................................................................................................8* 2.07 Initial Acceptance of Schedules....................................................................................................8## Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8* 3.01 Intent..............................................................................................................................................8* 3.02 Reference Standards......................................................................................................................9## 3.03 Reporting and Resolving Discrepancies.......................................................................................9## 3.04 Amending and Supplementing Contract Documents.................................................................10## 3.05 Reuse of Documents...................................................................................................................10## 3.06 Electronic Data............................................................................................................................l l* Article 4—Availability of Lands; Subsurface and Physical Conditions;Hazardous Environmental Conditions; Reference Points.................................................................................................. * 4.01 Availability of Lands..................................................................................................................11* 4.02 Subsurface and Physical Conditions ..........................................................................................12## 4.03 Differing Subsurface or Physical Conditions............................................................................. 12## 4.04 Underground Facilities ...............................................................................................................13## 4.05 Reference Points .........................................................................................................................14## 4.06 Hazardous Environmental Condition at Site..............................................................................14## Article 5—Bonds and Insurance.....................................................................................................................16## 5.01 Licensed Sureties and Insurers...................................................................................................16## 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16## 5.03 Certificates of Insurance.............................................................................................................16## 5.04 Contractor's Insurance................................................................................................................18## 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19## Article 6—Contractor's Responsibilities........................................................................................................19## 6.01 Supervision and Superintendence...............................................................................................19## CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniazy 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 Article 7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements;Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmyZ 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 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmay 2016 Article17—Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies..................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S Revision:Febnjmy 2,2016 00 7200-1 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:Febnmy 2,2016 00 7200-1 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:Febnjmy 2,2016 00 7200-1 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 specked in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmmy 2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations—Any and all applicable.laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens—Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45.Milestone—A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47.Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS Revision:Febnmy 2,2016 00 7200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmiay2.2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent—The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays, Sundays,or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.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:Febmmy 2.2016 00 7200-1 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:Febnimy 2,2016 00 7200-1 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;Febnmy Z 2016 00 7200-1 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:Febrmy2,2016 00 7200-1 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:Febmary 2,2016 00 7200-1 GENERAL CONDITIONS Page I I 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:Febmazy Z 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:Febnwy Z 2016 00 7200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract;or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities,including City,during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:Febnmy 2.2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy Z 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor,Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 7200-1 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:Febmazy2.2016 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:Febnwy2,2016 00 7200-1 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:Felaua y Z 2016 00 7200-1 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:F xumy 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:Febnuuy Z 2016 00 7200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier,except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or"or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an"or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength,and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmazyZ 2016 00 7200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 00 7200-1 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwwy 2,2016 00 7200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or 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:Febnimy Z 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 31st 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:Febmazy 2,2016 00 7200-1 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:Febnwy Z 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S.Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwmy 2,2016 00 7200-1 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. hqp://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 00 7200-1 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:Fdxwy Z 2016 00 7200-1 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:Febnwy Z 2016 00 7200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 00 7200-1 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:Fdaimy 2,2016 00 7200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects Or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS iNDEMNMCATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE ND 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:Feb nmy Z 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPEC:MCALLY INTENDED TO OPERATE AND BE EMCTIEVE 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:Febnimy 2,2016 00 7200-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title Vl, 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:Febmmy2,2016 00 7200-1 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:Fehumy2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxuatyZ 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:Febnkty2,2016 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09,or(iii)agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy2,2016 00 7200-1 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:FeMimy2,2016 00 7200-1 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 11.0l.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.0I.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the 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:Febnay 2,2016 00 7200-1 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:Febmazy 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.I or specifically covered by Paragraph 11.0 LAA, 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:Febnjmy Z 2016 00 7200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if. 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2.2016 00 7200-1 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 parry 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 parry 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 parry to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item,except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay 2,2016 00 7200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.0I.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0 LAA and 11.0LA.5,the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehumy2,2016 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 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fvbn=y2,2016 00 7200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwary2,2016 00 7200-1 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 CTTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febrmy2,2016 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:Febma y Z 2016 00 7200-1 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:Februmy Z 2016 00 7200-1 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:Febmary 2,2016 00 7200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnjmy 2,2016 00 7200-1 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:Felxuazy 2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrffy2,2016 00 7200-1 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:Febmazy 2,2016 00 7200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed;he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnmyZ 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 #20020-12-201lestablished 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:FebnkvyZ 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febawy 2,2016 00 7200-1 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 00 7200-1 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.D shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febiumy 2,2016 00 7200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy Z 2016 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 18 Modifications and Supplements 19 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC-4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 NONE 37 38 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 46 SC-4.01A.2,"Availability of Lands" 47 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 as of 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 7 and do not bind the City. 8 9 SC-4.02A.,"Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 A Geotechnical Engineering Report No.E16-0609,dated September 2.2016,prepared by Alliance 14 Geotechnical Group a sub-consultant of Schrickel,Rollins&Associates,Inc.a consultant of the City, 15 providing additional information on soil conditions for pavilions and parking lot at Trail Drivers Park. 16 17 The following are drawings of physical conditions in or relating to existing surface and subsurface 18 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 19 NONE 20 21 SC-4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 NONE 25 26 SC-5.03A.,"Certificates of Insurance" 27 28 The entities listed below are"additional insureds as their interest may appear"including their respective 29 officers,directors,agents and employees. 30 31 (1) City 32 (2) Consultant: Schrickel,Rollins&Associates,Inc. 33 (3) Other: NONE 34 35 SC-5.04A.,"Contractor's Insurance" 36 37 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 38 coverages for not less than the following amounts or greater where required by laws and regulations: 39 40 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 41 42 Statutory limits 43 Employer's liability 44 $100,000 each accident/occurrence 45 $100,000 Disease-each employee 46 $500,000 Disease-policy limit 47 48 SC-5.04B.,"Contractor's Insurance" 49 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 5.04B.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of- 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 11 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 17 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees,agents,subcontractors,equipment,and 31 material deliveries to cross railroad properties and tracks,NONE. 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved,and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy,or touch railroad property: 46 47 (1) General Aggregate: $Confirm Limits with Railroad 48 49 (2) Each Occurrence: $Confirm Limits with Railroad 50 51 _Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: 54 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at-grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company,separate coverage may be required,each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If,in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing,insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 16 way,all such other work may be covered in a single policy for that railroad,even though the work 17 may be at two or more separate locations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named,as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 3,for the project.Reference section 0132 16 Construction Progress Schedule 33 1.3 A.Definitions 34 The contractor must present the project schedule at the pre-construction meeting. 35 36 SC-6.07.,"Wage Rates" 37 38 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 39 Appendixes: GC-6.07 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 1. ELECTRICAL PERMIT 46 47 SC-6.09B."City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 1. BUILDING PERMIT(SHELTERS) 50 51 SC-6.09C."Outstanding permits and licenses" 52 53 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of October 6, 54 2016 55 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION To be determined Contractor Electrical Permit during the Pre- Construction Meeting 2 3 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 4 5 During the performance of this Contract,the Contractor,for itself,its assignees and successors in interest 6 (hereinafter referred to as the"Contractor")agrees as follows: 7 8 1. Compliance with Regulations:The Contractor shall comply with the Regulation relative to 9 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 10 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 11 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 12 of this contract. 13 14 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the contract,shall 15 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 16 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 17 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 18 Regulations,including employment practices when the contract covers a program set forth in 19 Appendix B of the Regulations. 20 21 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment:In all 22 solicitations either by competitive bidding or negotiation made by the contractor for work to be 23 performed under a subcontract,including procurements of materials or leases of equipment,each 24 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 25 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 26 national origin. 27 28 4. Information and Reports:The Contractor shall provide all information and reports required by the 29 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 30 accounts,other sources of information and its facilities as may be determined by City or the Texas 31 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 32 and instructions.Where any information required of a contractor is in the exclusive possession of 33 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 34 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 35 obtain the information. 36 37 5. Sanctions for Noncompliance:In the event of the Contractor's noncompliance with the 38 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 39 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 40 41 a. withholding of payments to the Contractor under the Contract until the Contractor 42 complies,and/or 43 b. cancellation,termination or suspension of the Contract,in whole or in part. 44 45 6. Incorporation of Provisions:The Contractor shall include the provisions of paragraphs(1)through 46 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 47 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 48 respect to any subcontract or procurement as City or the Texas Department of Transportation may CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 direct as a means of enforcing such provisions including sanctions for non-compliance:Provided, 2 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a 3 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 4 such litigation to protect the interests of City,and,in addition,the contractor may request the United 5 States to enter into such litigation to protect the interests of the United States. 6 7 Additional Title VI requirements can be found in the Appendix. 8 9 SC-7.02.,"Coordination" 10 11 The individuals or entities listed below have contracts with the City for the performance of other work at 12 the Site: 13 Vendor Scope of Work Coordination Authority County South Parking Lot Re-work CITY 14 15 16 SC-8.01,"Communications to Contractor" 17 18 NONE 19 20 SC-9.01.,"City's Project Manager" 21 22 The City's Project Manager for this Contract is Carlos Gonzalez,or his/her successor pursuant to written 23 notification from the Director of Park and Recreation Department. 24 25 SC-13.03C.,"Tests and Inspections" 26 27 The City's inspections for this project will be assigned during the pre-construction meeting by 28 Transportation&Public Works Department. Testing will be assigned during the pre-construction meeting 29 by TPW. 30 31 SC-16.01C.1,"Methods and Procedures" 32 33 NONE 34 35 END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F.Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 22,2016 CITY OF FORT WORTH Bid Documents Package Folder Contents Checklist Item Item INCLUDED WA COMMENTS&INITIALS No. 1 00 11 13_Invitation to Bidders.doc 00 410000 43 1300 42 4300 43 2 37_00 45 1200 35 13—Bid Proposal Workbook.xls 3 00 45 11_Bidders Pre ualifications.doc 4 00 45 13_Bidders Qualification A lication.xls 00 45 26—Contractor Compliance 5 with Workers Compensation Law.doc Complete Specifications and 6 Contract Document in pdf form (Referenced Specifications in Construction Specifications Folder) 7 Complete Plan Set in pdf form 8 Link to dwf sheets in Final Drawings Folder 9 Plan Holder Registration 10 Plan Holder List (In Plan Holders Folder) 11 This Document 1 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor,materials,and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project,such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys,or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents,or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools,materials,and equipment for construction 37 purposes may be stored in such space,but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits,overhead pole lines,or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD[SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE]CONDITIONS [NOT USED] 26 1.12 WARRANTY[NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION[NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, including engineering 18 and detailing costs caused by the requested substitution? 19 20 21 B. What effect does substitution have on other trades? 22 23 24 C. Differences between proposed substitution and specified item? 25 26 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature _Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 013119-2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 5. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 in. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD[SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY[NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1 —General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor,subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE[NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY[NOT USED] 19 PART 2- PRODUCTS [NOT USED] 20 PART 3- EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 013216 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating,status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM) as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time,in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing,sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence,make findings of fact and will advise the Contractor,in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled,the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which,according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time,it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions,weather, 27 technical difficulties, strikes,unavoidable delays on the part of the City or its 28 representatives,and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions,the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work,in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. 11 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 12 1.11 FIELD[SITE]CONDITIONS [NOT USED] 13 1.12 WARRANTY[NOT USED] 14 PART 2- PRODUCTS [NOT USED] 15 PART 3- EXECUTION[NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment,including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE[NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 31 1.11 FIELD [SITE]CONDITIONS [NOT USED] 32 1.12 WARRANTY[NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3- EXECUTION[NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 29 specified in the individual Work Sections,of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 'i inches x 11 inches to 8 �i inches x l Iinches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product,with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions,clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erectionlinstallation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include,but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,as applicable to the Work 18 I. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned,Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings,samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor,and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings,data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however,all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered"Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City,the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal,appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include,but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications,submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFT)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFT"followed by series number,"-xxx",beginning with"01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 34 1.9 QUALITY ASSURANCE[NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 36 1.11 FIELD[SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY[NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 013513 2 SPECIAL PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives,Drop Weight,Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 1 —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety,Subtitle A. Public Safety,Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers,de-energize the lines,or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as"AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m.to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m.whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour,or 35 b) If equipment is new and certified by EPA as "Low Emitting",or 36 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project,it will be necessary to deactivate,for a 2 period of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required,coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03 (Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction.The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No(CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers(USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required,meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required,meet all requirements set forth in each designated 24 railroad permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust,capture and properly dispose of waste water. 42 b. If wet saw cutting is performed,capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. 45 N. Coordination with North Central Texas Council of Governments(NCTCOG)Clean 46 Construction Specification CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1. Comply with equipment,operational,reporting and enforcement requirements set 2 forth in NCTCOG's Clean Construction Specification. 3 1.5 SUBMITTALS [NOT USED] 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE[NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3- EXECUTION[NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—Added requirement of compliance with Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 15 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 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 37 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORT WORTH DOE NO.XX= ProJsat Hants: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, .CONTRACTOR 3 4 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES[NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will be performed. 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or another external FTP site approved by 38 the City. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution,completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment,devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION 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 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION[NOT USED] 20 3.3 PREPARATION[NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]/[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD[oR]SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 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 1 l 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS[NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 7 1.9 QUALITY ASSURANCE[NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE]CONDITIONS [NOT USED] 10 1.12 WARRANTY[NOT USED] 11 PART 2 - PRODUCTS[NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 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 SUBMITTALSANFORMATIONAL 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 4' _ 12.- FORT WORTH " 44 4 Gw T i4 }- PARD AND COMMUNITY SERVICES 4w t , w 3" Project Tale _ �_ _ ," 4' 2 Funding 20_ ,Zw _ ontractor: - ___ ," �" _T Contractor's Name--,- ;w 12 12w Questions on this Project Call: 1" 12w __ (817) 392 - XXXX —_ 12" -- After Hours Call: (817) 392 - XXXX _ 3. 14" T hftp://www.fortworthgov.org/projects _�_. _ 4,w . 1_ R1"TYP. 1"TYP. J FONTS: NOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"/LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817-451-4684),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 -H DATE: 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources\02-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use,including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 013 3 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS[NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02475 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY[NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION[NOT USED] 8 3.4 ERECTION[NOT USED] 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD[oR]SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP[NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02475 Revised July 1,2011 017000-1 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 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Park Imporvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization" in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby,idle time,or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization'in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section l.l.A.3.a.2) 35 d. No payments will be made for standby,idle time,or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CITY OF FORT WORTH Park Imporvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 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 SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs,stubouts,dead-end lines 10 (10) Air Release valves(Manhole rim and vent pipe) 11 (11) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection,curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it,as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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[OR]SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP[NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3.10 CLEANING[NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION[NOT USED] 25 3.13 MAINTENANCE[NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 �6 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white,for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products, applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,size,composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves,engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control,stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY[NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of section removed 8 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 017839-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents,including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time,the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed,devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items,are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However,design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. 34 2) Show,by symbol or note,the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed",and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction,and the actual location of items. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 0241 13-1 SELECTIVE SITE DEMOLITION Page I of 4 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. Measurement by lump sum to include the items designated on the plans. 27 2. Payment 28 a. Payment by lump sum to include the items designated on the plans. 29 1.3 REFERENCES 30 A. Definitions 31 1. Improved Driveway: Driveway constructed of concrete, asphalt paving or brick unit 32 pavers. 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 024113-2 SELECTIVE SITE DEMOLITION Page 2 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 6 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 7 2.2 MATERIALS 8 A. Fill Material: See Section 3123 23. 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 [NOT USED] 15 3.4 REMOVAL 16 A. Remove Sidewalk 17 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 18 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 19 B. Remove Steps 20 1. Remove step to nearest existing dummy,expansion or construction joint. 21 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 22 C. Remove ADA Ramp 23 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 24 See 3.4.K. 25 2. Remove ramp to nearest existing dummy,expansion or construction joint on 26 existing sidewalk. 27 D. Remove Driveway 28 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 29 3.4.K. 30 2. Remove drive to nearest existing dummy,expansion or construction joint. 31 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 32 4. Remove adjacent sidewalk to nearest existing dummy,expansion or construction 33 joint on existing sidewalk. 34 E. Remove Fence 35 1. Remove all fence components above and below ground and backfill with acceptable 36 fill material. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 4 1 2. Use caution in removing and salvaging fence materials. 2 3. Salvaged materials may be used to reconstruct fence as approved by City or as 3 shown on Drawings. 4 4. Contractor responsible for keeping animals(livestock,pets,etc.)within the fenced 5 areas during construction operation and while removing fences. 6 F. Remove Guardrail 7 1. Remove rail elements in original lengths. 8 2. Remove fittings from the posts and the metal rail and then pull the posts. 9 3. Do not mar or damage salvageable materials during removal. 10 4. Completely remove posts and any concrete surrounding the posts. 11 5. Furnish backfill material and backfill the hole with material equal in composition 12 and density to the surrounding soil unless otherwise directed. 13 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 14 foot below the new subgrade elevation and leave in place along with the dead man. 15 G. Remove Retaining Wall(less than 4 feet tall) 16 1. Remove wall to nearest existing joint. 17 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 18 3. Removal includes all components of the retaining wall including footings. 19 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 20 H. Remove Mailbox 21 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 22 reconstruction. 23 I. Remove Rip Rap 24 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 26 J. Remove Miscellaneous Concrete Structure 27 1. Remove portions of miscellaneous concrete structures including foundations and 28 slabs that do not interfere with proposed construction to 2 feet below the finished 29 ground line. 30 2. Cut reinforcement close to the portion of the concrete to remain in place. 31 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 32 water. 33 K. Sawcut 34 1. Sawing Equipment 35 a. Power-driven 36 b. Manufactured for the purpose of sawing pavement 37 c. In good operating condition 38 d. Shall not spall or fracture the pavement to the removal area 39 2. Sawcut perpendicular to the surface completely through existing pavement. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 024113-4 SELECTIVE SITE DEMOLITION Page 4 of 4 1 3.5 REPAIR[NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] 3 3.7 SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 13 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 0241 15-1 PAVING REMOVAL Page 1 of 6 1 SECTION 02 4115 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving,asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3. Removing concrete valley gutter 9 4. Milling roadway paving 10 5. Pulverization of existing pavement 11 6. Disposal of removed materials 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 16 2. Division 1 -General Requirements 17 3. Section 32 1133-Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving:measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter: measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling:measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion:measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting,removal,hauling, 35 disposal,tools,equipment,labor and incidentals needed to execute work.For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving:full compensation for saw cutting,removal,hauling, 39 disposal,tools,equipment,labor and incidentals needed to execute work.For 40 utility projects,this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT WORTH Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 024115-2 PAVING REMOVAL Page 2 of 6 1 c. Remove Brick Paving: full compensation for saw cutting,removal, salvaging, 2 cleaning,hauling,disposal,tools,equipment,labor and incidentals needed to 3 execute work.For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 6 hauling,disposal,tools,equipment,labor and incidentals needed to execute 7 work. For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment,labor and incidentals needed to execute 11 work. 12 f. Wedge Milling: full compensation for all milling,hauling milled material to 13 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to 16 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 20 to execute the work. 21 i. Pavement Pulverization: full compensation for all labor,material,equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material,undercut the base,mixing,compaction,haul off,sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling,disposal, 26 tools,equipment,labor,and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section.Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans,or for pavements or structures removed for CONTRACTOR'S 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1.9 QUALITY ASSURANCE [NOT USED] 45 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] CrrY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 024115-3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY[NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT[NOT USED] 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 EXAMINATION[NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade-Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment. 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d. Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 30 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint, saw 31 joint,cold joint,expansion joint,edge of paving or gutter lip,remove paving to that 32 joint,edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 34 neat, straight line for the purpose of removing the damaged area. 35 C. Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4.13. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH Park Improvements at,Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 024115-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3.4.13. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.13. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed, stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 23 existing brick base. See 3.3.G,for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing,in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes,or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges,oil film,and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 0241 15-5 PAVING REMOVAL Page 5 of 6 1 d. In all situations where the existing H.M.A.C. surface contacts the curb face,the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface,in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters,bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and milled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 30 1. Pulverization 31 a. Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5%Portland cement. 37 b. See Section 32 11 33. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 0241 15-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR[NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL[NOT USED] 7 3.8 SYSTEM STARTUP[NOT USED] 8 3.9 ADJUSTING[NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE[NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 16 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised February 2,2016 033000-1 CAST-IN-PLACE CONCRETE Page 1 of 25 1 SECTION 03 30 00 2 CAST-IN-PLACE CONCRETE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Cast-in place concrete,including formwork,reinforcement,concrete materials, 7 mixture design,placement procedures and finishes,for the following: 8 a. Piers 9 b. Footings 10 c. Slabs-on-grade 11 d. Retaining walls(non TxDOT) 12 e. Suspended slabs 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. Cast-in-Place Concrete 20 1. Measurement 21 a. This Item is considered subsidiary to the structure or Items being placed. 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this Item 24 are subsidiary to the structure or Items being placed and no other compensation 25 will be allowed. 26 1.3 REFERENCES 27 A. Definitions 28 1. Cementitious Materials 29 a. Portland cement alone or in combination with 1 or more of the following: 30 1) Blended hydraulic cement 31 2) Fly ash 32 3) Other pozzolans 33 4) Ground granulated blast-furnace slag 34 5) Silica fume 35 b. Subject to compliance with the requirements of this specification 36 B. Reference Standards CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 25 1 1. Reference standards cited in this Specification refer to the current reference 2 standard published at the time of the latest revision date logged at the end of this 3 Specification,unless a date is specifically cited. 4 2. American Association of State Highway and Transportation(AASHTO): 5 a. M182,Burlap Cloth Made from Jute or Kenaf. 6 3. American Concrete Institute(ACI): 7 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 8 b. ACI 301 Specifications for Structural Concrete 9 c. ACI 305.1 Specification for Hot Weather Concreting 10 d. ACI 306.1 Standard Specification for Cold Weather Concreting 11 e. ACI 308.1 Standard Specification for Curing Concrete 12 f. ACI 318 Building Code Requirements for Structural Concrete 13 g. ACI 347 Guide to Formwork for Concrete 14 4. American Institute of Steel Construction(AISC): 15 a. 303,Code of Standard Practice for Steel Buildings and Bridges. 16 5. ASTM International(ASTM): 17 a. A36,Standard Specification for Carbon Structural Steel. 18 b. A153,Standard Specification for Zinc Coating(Hot-Dip)on Iron and Steel 19 Hardware. 20 c. A193,Standard Specification for Alloy-Steel and Stainless Steel Bolting 21 Materials for High-Temperature Service and Other Special Purpose 22 Applications. 23 d. A615,Standard Specification for Deformed and Plain Carbon-Steel Bars for 24 Concrete Reinforcement. 25 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 26 Concrete Reinforcement. 27 f. C31,Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 g. C33,Standard Specification for Concrete Aggregates. 30 h. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 i. C42,Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 33 Beams of Concrete. 34 j. C94, Standard Specification for Ready-Mixed Concrete. 35 k. C 109,Standard Test Method for Compressive Strength of Hydraulic Cement 36 Mortars(Using 2-inch or(50-milimeter]Cube Specimens) 37 1. C 143,Standard Test Method for Slump of Hydraulic-Cement Concrete. 38 In. C 171,Standard Specification for Sheet Materials for Curing Concrete. 39 n. C150,Standard Specification for Portland Cement. 40 o. C172,Standard Practice for Sampling Freshly Mixed Concrete. 41 p. C219, Standard Terminology Relating to Hydraulic Cement. 42 q. C231,Standard Test Method for Air Content of Freshly Mixed Concrete by the 43 Pressure Method. 44 r. C260, Standard Specification for Air-Entraining Admixtures for Concrete. 45 s. C309,Standard Specification for Liquid Membrane-Forming Compounds for 46 Curing Concrete. 47 t. C494,Standard Specification for Chemical Admixtures for Concrete. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 25 1 u. C618,Standard Specification for Coal Fly Ash and Raw or Calcined Natural 2 Pozzolan for Use in Concrete. 3 v. C881,Standard Specification for Epoxy-Resin-Base Bonding Systems for 4 Concrete. 5 w. C989,Standard Specification for Ground Granulated Blast-Furnace Slag for 6 Use in Concrete and Mortars. 7 x. C 1017,Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. C1059,Standard Specification for Latex Agents for Bonding Fresh to Hardened 10 Concrete. 11 z. C 1064,Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C 1240,Standard Specification for Silica Fume Used in Cementitious Mixtures. 14 bb. E1155,Standard Test Method for Determining FF Floor Flatness and FL Floor 15 Levelness Numbers. 16 cc. F436,Standard Specification for Hardened Steel Washers. 17 6. American Welding Society(AWS). 18 a. D1.1,Structural Welding Code-Steel. 19 b. 131.4,Structural Welding Code-Reinforcing Steel. 20 7. Concrete Reinforcing Steel Institute(CRSI) 21 a. Manual of Standard Practice 22 8. Texas Department of Transportation 23 a. Standard Specification for Construction and Maintenance of Highways,Streets 24 and Bridges 25 1.4 ADMINISTRATIVE REQUIREMENTS 26 A. Work Included 27 1. Design,fabrication,erection and stripping of formwork for cast-in-place concrete 28 including shoring,reshoring,falsework,bracing,proprietary forming systems, 29 prefabricated forms,void forms,permanent metal forms,bulkheads,keys, 30 blockouts, sleeves,pockets and accessories. 31 a. Erection shall include installation in formwork of items furnished by other 32 trades. 33 2. Furnish all labor and materials required to fabricate,deliver and install 34 reinforcement and embedded metal assemblies for cast-in-place concrete,including 35 steel bars,welded steel wire fabric,ties,supports and sleeves. 36 3. Furnish all labor and materials required to perform the following: 37 a. Cast-in-place concrete 38 b. Concrete mix designs 39 c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section 01 33 00. 42 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 43 specials. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318,chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials,Project condi- 9 tions,weather,test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing,indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready-mixed concrete products and that com- 20 plies with ASTM C94 requirements for production facilities and equipment 21 2. Manufacturer certified according to NRMCA's "Certification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the same 25 manufacturer's plant,obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C. ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a. ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1. Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 DELIVERY,STORAGE,AND HANDLING 35 A. Steel Reinforcement 36 1. Deliver,store,and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 25 1 B. Waterstops 2 1. Store waterstops under cover to protect from moisture, sunlight,dirt,oil and other 3 contaminants. 4 1.11 FIELD CONDITIONS [NOT USED] 5 1.12 WARRANTY[NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 8 2.2 PRODUCT TYPES AND MATERIALS 9 A. Manufacturers 10 1. In other Part 2 articles where titles below introduce lists,the following requirements 11 apply to product selection: 12 a. Available Products: Subject to compliance with requirements,products that 13 may be incorporated into the Work include,but are not limited to,products 14 specified. 15 b. Available Manufacturers: Subject to compliance with requirements, 16 manufacturers offering products that may be incorporated into the Work 17 include,but are not limited to,manufacturers specified. 18 B. Form-Facing Materials 19 1. Rough-Formed Finished Concrete 20 a. Plywood,lumber,metal or another approved material 21 b. Provide lumber dressed on at least 2 edges and 1 side for tight fit. 22 2. Chamfer Strips 23 a. Wood,metal,PVC or rubber strips 24 b. 3/4-inch x 3/4-inch,minimum 25 3. Rustication Strips 26 a. Wood,metal,PVC or rubber strips 27 b. Kerfed for ease of form removal 28 4. Form-Release Agent 29 a. Commercially formulated form-release agent that will not bond with, stain or 30 adversely affect concrete surfaces 31 b. Shall not impair subsequent treatments of concrete surfaces 32 c. For steel form-facing materials,formulate with rust inhibitor. 33 5. Form Ties 34 a. Factory-fabricated,removable or snap-off metal or glass-fiber-reinforced 35 plastic form ties designed to resist lateral pressure of fresh concrete on forms 36 and to prevent spalling of concrete on removal. 37 b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane 38 of exposed concrete surface. 39 c. Furnish ties that,when removed,will leave holes no larger than 1 inch in 40 diameter in concrete surface. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 25 1 d. Furnish ties with integral water-barrier plates to walls indicated to receive 2 dampproofing or waterproofing. 3 C. Steel Reinforcement 4 1. Reinforcing Bars 5 a. ASTM A615,Grade 60,deformed 6 D. Reinforcement Accessories 7 1. Smooth Dowel Bars 8 a. ASTM A615,Grade 60, steel bars(smooth) 9 b. Cut bars true to length with ends square and free of burrs. 10 2. Bar Supports 11 a. Bolsters,chairs, spacers and other devices for spacing,supporting and fastening 12 reinforcing bars and welded wire reinforcement in place 13 b. Manufacture bar supports from steel wire,plastic or precast concrete according 14 to CRSI's "Manual of Standard Practice," of greater compressive strength than 15 concrete and as follows: 16 1) For concrete surfaces exposed to view where legs of wire bar supports 17 contact forms,use CRSI Class 1 plastic-protected steel wire or CRSI 18 Class 2 stainless-steel bar supports. 19 2) For slabs-on-grade,provide sand plates,horizontal runners or precast 20 concrete blocks on bottom where base material will not support chair legs 21 or where vapor barrier has been specified. 22 E. Embedded Metal Assemblies 23 1. Steel Shapes and Plates:ASTM A36 24 2. Headed Studs: Heads welded by full-fusion process,as furnished by TRW Nelson 25 Stud Welding Division or approved equal 26 F. Expansion Anchors 27 1. Available Products 28 a. Wej-it Bolt,Wej-it Corporation,Tulsa,Oklahoma 29 b. Kwik Bolt H,Hilti Fastening Systems,Tulsa,Oklahoma 30 c. Trubolt,Ramset Fastening Systems,Paris,Kentucky 31 G. Adhesive Anchors and Dowels 32 1. Adhesive anchors shall consist of threaded rods anchored with an adhesive system 33 into hardened concrete or grout-filled masonry. 34 a. The adhesive system shall use a 2-component adhesive mix and shall be 35 injected with a static mixing nozzle following manufacturer's instructions. 36 b. The embedment depth of the rod shall provide a minimum allowable bond 37 strength that is equal to the allowable yield capacity of the rod,unless otherwise 38 specified. 39 2. Available Products 40 a. Hilti HIT HY 150 Max 41 b. Simpson Acrylic-Tie 42 c. Powers Fasteners AC 100+Gold 43 3. Threaded Rods: ASTM A193 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 25 1 a. Nuts: ASTM A563 hex carbon steel 2 b. Washers: ASTM F436 hardened carbon steel 3 c. Finish:Hot-dip zinc coating,ASTM A153,Class C 4 H. Inserts 5 1. Provide metal inserts required for anchorage of materials or equipment to concrete 6 construction where not supplied by other trades: 7 a. In vertical concrete surfaces for transfer of direct shear loads only,provide 8 adjustable wedge inserts of malleable cast iron complete with bolts,nuts and 9 washers. 10 1) Provide 3/-inch bolt size,unless otherwise indicated. 11 b. In horizontal concrete surfaces and whenever inserts are subject to tension 12 forces,provide threaded inserts of malleable cast iron furnished with full depth 13 bolts. 14 1) Provide 3/-inch bolt size,unless otherwise indicated. 15 I. Concrete Materials 16 1. Cementitious Material 17 a. Use the following cementitious materials,of the same type,brand,and source, 18 throughout Project: 19 1) Portland Cement 20 a) ASTM C150,Type UII,gray 21 b) Supplement with the following: 22 (1) Fly Ash 23 (a) ASTM C618,Class C or F 24 (2) Ground Granulated Blast-Furnace Slag 25 (a) ASTM C989,Grade 100 or 120. 26 2) Silica Fume 27 a) ASTM C1240,amorphous silica 28 3) Normal-Weight Aggregates 29 a) ASTM C33,Class 3S coarse aggregate or better,graded 30 b) Provide aggregates from a single source. 31 4) Maximum Coarse-Aggregate Size 32 a) 3/4-inch nominal 33 5) Fine Aggregate 34 a) Free of materials with deleterious reactivity to alkali in cement 35 6) Water 36 a) ASTM C94 and potable 37 J. Admixtures 38 1. Air-Entraining Admixture 39 a. ASTM C260 40 2. Chemical Admixtures 41 a. Provide admixtures certified by manufacturer to be compatible with other ad- 42 mixtures and that will not contribute water-soluble chloride ions exceeding 43 those permitted in hardened concrete. 44 b. Do not use calcium chloride or admixtures containing calcium chloride. 45 c. Water-Reducing Admixture 46 1) ASTM C494,Type A CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 25 1 d. Retarding Admixture 2 1) ASTM C494,Type B 3 e. Water-Reducing and Retarding Admixture 4 1) ASTM C494,Type D 5 f. High-Range,Water-Reducing Admixture 6 1) ASTM C494,Type F 7 g. High-Range,Water-Reducing and Retarding Admixture 8 1) ASTM C494,Type G 9 h. Plasticizing and Retarding Admixture 10 1) ASTM C1017,Type H 11 K. Waterstops 12 1. Self-Expanding Butyl Strip Waterstops 13 a. Manufactured rectangular or trapezoidal strip,butyl rubber with sodium 14 bentonite or other hydrophilic polymers,for adhesive bonding to concrete,3/- 15 inch x 1-inch. 16 b. Available Products 17 1) Colloid Environmental Technologies Company;Volclay Waterstop-RX 18 2) Concrete Sealants Inc.;Conseal CS-231 19 3) Greenstreak; Swellstop 20 4) Henry Company,Sealants Division;Hydro-Flex 21 5) JP Specialties,Inc.;Earthshield Type 20 22 6) Progress Unlimited,Inc.; Superstop 23 7) TCMiraDRI;Mirastop 24 L. Curing Materials 25 1. Absorptive Cover 26 a. AASHTO Ml 82,Class 2,burlap cloth made from jute or kenaf,weighing 27 approximately 9 ounces/square yard when dry 28 2. Moisture-Retaining Cover 29 a. ASTM C171,polyethylene film or white burlap-polyethylene sheet 30 3. Water 31 a. Potable 32 4. Clear,Waterborne,Membrane-Forming Curing Compound 33 a. ASTM C309,Type 1,Class B,dissipating 34 b. Available Products 35 1) Anti-Hydro International,Inc.;AH Curing Compound#2 DR WB 36 2) Burke by Edoco;Aqua Resin Cure 37 3) ChemMasters; Safe-Cure Clear 38 4) Conspec Marketing&Manufacturing Co.,Inc., a Dayton Superior 39 Company;W.B.Resin Cure 40 5) Dayton Superior Corporation;Day Chem Rez Cure(J-11-W) 41 6) Euclid Chemical Company (The); Kurez DR VOX 42 7) Kaufman Products,Inc.;Thinfilm 420 43 8) Lambert Corporation;Aqua Kure-Clear 44 9) L&M Construction Chemicals,Inc.;L&M Cure R 45 10)Meadows,W.R.,Inc.; 1100 Clear 46 11) Nox-Crete Products Group,Kinsman Corporation;Resin Cure E CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 25 1 12) Symons Corporation,a Dayton Superior Company;Resi-Chem Clear Cure 2 13) Tamms Industries,Inc.;Horncure WB 30 3 14)Unitex;Hydro Cure 309 4 15) US Mix Products Company;US Spec Maxcure Resin Clear 5 16) Vexcon Chemicals,Inc.;Certi-Vex Enviocure 100 6 M. Related Materials 7 1. Bonding Agent 8 a. ASTM C1059,Type H,non-redispersible,acrylic emulsion or styrene 9 butadiene 10 2. Epoxy Bonding Adhesive 11 a. ASTM C881,2-component epoxy resin,capable of humid curing and bonding 12 to damp surfaces,of class suitable for application temperature and of grade to 13 suit requirements,and as follows: 14 1) Types I and H,non-load bearing 15 2) IV and V,load bearing,for bonding 16 3) Hardened or freshly mixed concrete to hardened concrete 17 3. Reglets 18 a. Fabricate reglets of not less than 0.0217-inch thick,galvanized steel sheet 19 b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete 20 or debris. 21 4. Sleeves and Blockouts 22 a. Formed with galvanized metal,galvanized pipe,polyvinyl chloride pipe,fiber 23 tubes or wood 24 5. Nails,Spikes,Lag Bolts,Through Bolts,Anchorages 25 a. Sized as required 26 b. Shall be of strength and character to maintain formwork in place while placing 27 concrete 28 N. Repair Materials 29 1. Repair Underlayment 30 a. Cement-based,polymer-modified, self-leveling product that can be applied in 31 thicknesses of 1/8 inch or greater 32 1) Do not feather. 33 b. Cement Binder 34 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 35 defined in ASTM C219 36 c. Primer 37 1) Product of underlayment manufacturer recommended for substrate,condi- 38 tions,and application 39 d. Aggregate 40 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as 41 recommended by underlayment manufacturer 42 e. Compressive Strength 43 1) Not less than 4100 psi at 28 days when tested according to 44 ASTM C109/C109M 45 2. Repair Overlayment CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-10 CAST-IN-PLACE CONCRETE Page 10 of 25 1 a. Cement-based,polymer-modified, self-leveling product that can be applied in 2 thicknesses of 1/8 inch or greater 3 1) Do not feather. 4 b. Cement Binder 5 1) ASTM C150,portland cement or hydraulic or blended hydraulic cement as 6 defined in ASTM C219 7 c. Primer 8 1) Product of topping manufacturer recommended for substrate,conditions, 9 and application 10 d. Aggregate 11 1) Well-graded,washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 12 ed by topping manufacturer 13 e. Compressive Strength 14 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 15 O. Concrete Mixtures,General 16 1. Prepare design mixtures for each type and strength of concrete,proportioned on the 17 basis of laboratory trial mixture or field test data,or both,according to ACI 301. 18 a. Required average strength above specified strength 19 1) Based on a record of past performance 20 a) Determination of required average strength above specified strength 21 shall be based on the standard deviation record of the results of at least 22 30 consecutive strength tests in accordance with ACI 318,Chapter 5.3 23 by the larger amount defined by formulas 5-1 and 5-2. 24 2) Based on laboratory trial mixtures 25 a) Proportions shall be selected on the basis of laboratory trial batches 26 prepared in accordance with ACI 318,Chapter 5.3.3.2 to produce an 27 average strength greater than the specified strength fc by the amount 28 defined in table 5.3.2.2. 29 3) Proportions of ingredients for concrete mixes shall be determined by an in- 30 dependent testing laboratory or qualified concrete supplier. 31 4) For each proposed mixture, at least 3 compressive test cylinders shall be 32 made and tested for strength at the specified age. 33 a) Additional cylinders may be made for testing for information at earlier 34 ages. 35 2. Cementitious Materials 36 a. Limit percentage,by weight,of cementitious materials other than portland ce- 37 ment in concrete as follows,unless specified otherwise: 38 1) Fly Ash: 25 percent 39 2) Combined Fly Ash and Pozzolan: 25 percent 40 3) Ground Granulated Blast-Furnace Slag: 50 percent 41 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace 42 Slag: 50 percent 43 5) Portland cement minimum,with fly ash or pozzolan not exceeding 25 per- 44 cent 45 6) Silica Fume: 10 percent CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-11 CAST-IN-PLACE CONCRETE Page 11 of 25 1 7) Combined Fly Ash,Pozzolans,and Silica Fume: 35 percent with fly ash or 2 pozzolans not exceeding 25 percent and silica fume not exceeding 10 per- 3 cent 4 8) Combined Fly Ash or Pozzolans,Ground Granulated Blast-Furnace Slag, 5 and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 6 percent and silica fume not exceeding 10 percent 7 3. Limit water-soluble,chloride-ion content in hardened concrete to: 8 a. 0.30 percent by weight of cement if concrete will have no exposure to chlorides 9 (typical) 10 b. 0.15 percent by weight if concrete will be exposed to chlorides 11 c. 1.0 percent by weight if concrete will have no exposure to chlorides and will be 12 continually dry and protected. 13 4. Admixtures 14 a. Use admixtures according to manufacturer's written instructions. 15 b. Do not use admixtures which have not been incorporated and tested in accepted 16 mixes. 17 c. Use water-reducing high-range water-reducing or plasticizing admixture in 18 concrete,as required,for placement and workability. 19 d. Use water-reducing and retarding admixture when required by high 20 temperatures,low humidity or other adverse placement conditions. 21 e. Use water-reducing admixture in pumped concrete,concrete for heavy-use 22 industrial slabs and parking structure slabs,concrete required to be watertight, 23 and concrete with a water-cementitious materials ratio below 0.50. 24 f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. 25 P. Concrete Mixtures 26 1. Refer to TxDOT"Standard Specifications for Construction and Maintenance of 27 Highways, Streets,and Bridges"for: 28 a. Culverts 29 b. Headwalls 30 c. Wingwalls 31 2. Proportion normal-weight concrete mixture as follows: 32 a. Minimum Compressive Strength: 3,000 psi at 28 days 33 b. Maximum Water-Cementitious Materials Ratio: 0,50 34 c. Slump Limit: 5 inches or 8 inches for concrete with verified slump of 2 to 4 35 inches before adding high-range water-reducing admixture or plasticizing 36 admixture,plus or minus 1 inch 37 d. Air Content: 6 percent,plus or minus 1.5 percent at point of delivery for 3/4- 38 inch nominal maximum aggregate size 39 Q. Fabricating Reinforcement 40 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 41 R. Fabrication of Embedded Metal Assemblies 42 1. Fabricate metal assemblies in the shop.Holes shall be made by drilling or 43 punching. Holes shall not be made by or enlarged by burning. Welding shall be in 44 accordance with AWS D1.1. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-12 CAST-IN-PLACE CONCRETE Page 12 of 25 1 2. Metal assemblies exposed to earth,weather or moisture shall be hot dip galvanized. 2 All other metal assemblies shall be either hot dip galvanized or painted with an 3 epoxy paint.Repair galvanizing after welding with a Cold Galvanizing compound 4 installed in accordance with the manufacturer's instructions. Repair painted 5 assemblies after welding with same type of paint. 6 S. Concrete Mixing 7 1. Ready-Mixed Concrete: Measure,batch,mix,and deliver concrete according to 8 ASTM C94,and furnish batch ticket information. 9 a. When air temperature is between 85 and 90 degrees Fahrenheit,reduce mixing 10 and delivery time from 1-1/2 hours to 75 minutes; when air temperature is 11 above 90 degrees Fahrenheit,reduce mixing and delivery time to 60 minutes. 12 2. Project-Site Mixing: Measure,batch, and mix concrete materials and concrete 13 according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type 14 batch machine mixer. 15 a. For mixer capacity of 1 cubic yard or smaller,continue mixing at least 1-1/2 16 minutes,but not more than 5 minutes after ingredients are in mixer,before any 17 part of batch is released. 18 b. For mixer capacity larger than 1 cubic yard,increase mixing time by 15 19 seconds for each additional 1 cubic yard. 20 c. Provide batch ticket for each batch discharged and used in the Work,indicating 21 Project identification name and number,date,mixture type,mixture time, 22 quantity,and amount of water added. Record approximate location of final 23 deposit in structure. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION[NOT USED] 29 3.3 PREPARATION[NOT USED] 30 3.4 INSTALLATION 31 A. Formwork 32 1. Design,erect, shore,brace,and maintain formwork,according to ACI 301,to 33 support vertical,lateral,static,and dynamic loads,and construction loads that might 34 be applied,until structure can support such loads. 35 2. Construct formwork so concrete members and structures are of size,shape, 36 alignment,elevation,and position indicated,within tolerance limits of ACI 117. 37 a. Vertical alignment 38 1) Lines,surfaces and arises less than 100 feet in height- 1 inch. 39 2) Outside corner of exposed corner columns and control joints in concrete 40 exposed to view less than 100 feet in height- 1/2 inch. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-13 CAST-IN-PLACE CONCRETE Page 13 of 25 1 3) Lines,surfaces and arises greater than 100 feet in height- 1/1000 times the 2 height but not more than 6 inches. 3 4) Outside corner of exposed corner columns and control joints in concrete 4 exposed to view greater than 100 feet in height- 1/2000 times the height 5 but not more than 3 inches. 6 b. Lateral alignment 7 1) Members - I inch. 8 2) Centerline of openings 12 inches or smaller and edge location of larger 9 openings in slabs- 1/2 inch. 10 3) Sawcuts,joints,and weakened plane embedments in slabs-3/4 inch. 11 c. Level alignment 12 1) Elevation of slabs-on-grade-3/4 inch. 13 2) Elevation of top surfaces of formed slabs before removal of shores-3/4 14 inch. 15 3) Elevation of formed surfaces before removal of shores-3/4 inch. 16 d. Cross-sectional dimensions: Overall dimensions of beams,joists,and columns 17 and thickness of walls and slabs. 18 1) 12 inch dimension or less-plus 1/2 inch to minus 1/4 inch. 19 2) Greater than 12 inch to 3 foot dimension-plus 1/2 inch to minus 3/8 inch. 20 3) Greater than 3 foot dimension-plus 1 inch to minus 3/4 inch. 21 e. Relative alignment 22 1) Stairs 23 a) Difference in height between adjacent risers- 1/8 inch. 24 b) Difference in width between adjacent treads- 1/4 inch. 25 c) Maximum difference in height between risers in a flight of stairs -3/8 26 inch. 27 d) Maximum difference in width between treads in a flight of stairs-3/8 28 inch. 29 2) Grooves 30 a) Specified width 2 inches or less - 1/8 inch. 31 b) Specified width between 2 inches and 12 inches - 1/4 inch. 32 3) Vertical alignment of outside corner of exposed corner columns and control 33 joint grooves in concrete exposed to view- 1/4 inch in 10 feet. 34 4) All other conditions-3/8 inch in 10 feet. 35 3. Limit concrete surface irregularities,designated by ACI 347R as abrupt or gradual, 36 as follows: 37 a. Class B, 1/4 inch for smooth-formed finished surfaces. 38 b. Class C, 1/2 inch for rough-formed finished surfaces. 39 4. Construct forms tight enough to prevent loss of concrete mortar. 40 5. Fabricate forms for easy removal without hammering or prying against concrete 41 surfaces. Provide crush or wrecking plates where stripping may damage cast 42 concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 43 horizontal to 1 vertical. 44 a. Install keyways,reglets,recesses,and the like,for easy removal. 45 b. Do not use rust-stained steel form-facing material. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-14 CAST-IN-PLACE CONCRETE Page 14 of 25 1 6. Set edge forms,bulkheads,and intermediate screed strips for slabs to achieve 2 required elevations and slopes in finished concrete surfaces. Provide and secure 3 units to support screed strips;use strike-off templates or compacting-type screeds. 4 7. Construct formwork to cambers shown or specified on the Drawings to allow for 5 structural deflection of the hardened concrete. Provide additional elevation or 6 camber in formwork as required for anticipated formwork deflections due to weight 7 and pressures of concrete and construction loads. 8 8. Foundation Elements: Form the sides of all below grade portions of beams,pier 9 caps,walls,and columns straight and to the lines and grades specified. Do no earth 10 form foundation elements unless specifically indicated on the Drawings. 11 9. Provide temporary openings for cleanouts and inspection ports where interior area 12 of formwork is inaccessible. Close openings with panels tightly fitted to forms and 13 securely braced to prevent loss of concrete mortar. Locate temporary openings in 14 forms at inconspicuous locations. 15 10. Chamfer exterior comers and edges of permanently exposed concrete. 16 11. Form openings,chases,offsets,sinkages,keyways,reglets,blocking,screeds, and 17 bulkheads required in the Work. Determine sizes and locations from trades 18 providing such items. 19 12. Clean forms and adjacent surfaces to receive concrete. Remove chips,wood, 20 sawdust,dirt,and other debris just before placing concrete. 21 13. Retighten forms and bracing before placing concrete,as required,to prevent mortar 22 leaks and maintain proper alignment. 23 14. Coat contact surfaces of forms with form-release agent,according to manufacturer's 24 written instructions,before placing reinforcement,anchoring devices,and 25 embedded items. 26 a. Do not apply form release agent where concrete surfaces are scheduled to 27 receive subsequent finishes which may be affected by agent. Soak contact 28 surfaces of untreated forms with clean water. Keep surfaces wet prior to 29 placing concrete. 30 B. Embedded Items 31 1. Place and secure anchorage devices and other embedded items required for 32 adjoining work that is attached to or supported by cast-in-place concrete. Use 33 setting drawings,templates,diagrams,instructions, and directions fumished with 34 items to be embedded. 35 a. Install anchor rods,accurately located,to elevations required and complying 36 with tolerances in AISC 303,Section 7.5. 37 1) Spacing within a bolt group: 1/8 inch 38 2) Location of bolt group(center): �6 inch 39 3) Rotation of bolt group: 5 degrees 40 4) Angle off vertical: 5 degrees 41 5) Bolt projection: t 3/8 inch 42 b. Install reglets to receive waterproofing and to receive through-wall flashings in 43 outer face of concrete frame at exterior walls,where flashing is shown at lintels, 44 shelf angles,and other conditions. 45 C. Removing and Reusing Forms CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-15 CAST-IN-PLACE CONCRETE Page 15 of 25 1 1. Do not backfill prior to concrete attaining 70 percent of its 28-day design 2 compressive strength. 3 2. General: Formwork for sides of beams,walls,columns,and similar parts of the 4 Work that does not support weight of concrete may be removed after cumulatively 5 curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete,if 6 concrete is hard enough to not be damaged by form-removal operations and curing 7 and protection operations are maintained. 8 a. Leave formwork for beam soffits,joists, slabs,and other structural elements 9 that supports weight of concrete in place until concrete has achieved at least 70 10 percent of its 28-day design compressive strength. 11 b. Do not remove formwork supporting conventionally reinforced concrete until 12 concrete has attained 70 percent of its specified 28 day compressive strength as 13 established by tests of field cured cylinders. In the absence of cylinder tests, 14 supporting formwork shall remain in place until the concrete has cured at a 15 temperature of at least 50 degrees Fahrenheit for the minimum cumulative time 16 periods given in ACI 347,Section 3.7.2.3. Add the period of time when the 17 surrounding air temperature is below 50 degrees Fahrenheit,to the minimum 18 listed time period. Formwork for 2-way conventionally reinforced slabs shall 19 remain in place for at least the minimum cumulative time periods specified for 20 1-way slabs of the same maximum span. 21 c. Immediately reshore 2-way conventionally reinforced slabs after formwork 22 removal. Reshores shall remain until the concrete has attained the specified 28 23 day compressive strength. 24 d. Minimum cumulative curing times may be reduced by the use of high-early 25 strength cement or forming systems which allow form removal without 26 disturbing shores,but only after the Contractor has demonstrated to the 27 satisfaction of the Engineer that the early removal of forms will not cause 28 excessive sag,distortion or damage to the concrete elements. 29 e. Completely remove wood forms. Provide temporary openings if required. 30 f. Provide adequate methods of curing and thermal protection of exposed concrete 31 if forms are removed prior to completion of specified curing time. 32 g. Reshore areas required to support construction loads in excess of 20 pounds per 33 square foot to properly distribute construction loading. Construction loads up 34 to the rated live load capacity may be placed on unshored construction provided 35 the concrete has attained the specified 28 day compressive strength. 36 h. Obtaining concrete compressive strength tests for the purposes of form removal 37 is the responsibility of the Contractor. 38 i. Remove forms only if shores have been arranged to permit removal of forms 39 without loosening or disturbing shores. 40 3. Clean and repair surfaces of forms to be reused in the Work. Split,frayed, 41 delaminated,or otherwise damaged form-facing material will not be acceptable for 42 exposed surfaces. Apply new form-release agent. 43 4. When forms are reused,clean surfaces,remove fins and laitance,and tighten to 44 close joints. Align and secure joints to avoid offsets. Do not use patched forms for 45 exposed concrete surfaces unless approved by Engineer. 46 D. Shores and Reshores CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-16 CAST-IN-PLACE CONCRETE Page 16 of 25 1 1. The Contractor is solely responsible for proper shoring and reshoring. 2 2. Comply with ACI 318 and ACI 301 for design,installation,and removal of shoring 3 and reshoring. 4 a. Do not remove shoring or reshoring until measurement of slab tolerances is 5 complete. 6 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. 7 Locate and provide adequate reshoring to support construction without excessive 8 stress or deflection. 9 E. Steel Reinforcement 10 1. General: Comply with CRSI's "Manual of Standard Practice" for placing 11 reinforcement. 12 a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder 13 before placing concrete. 14 2. Clean reinforcement of loose rust and mill scale,earth,ice,and other foreign 15 materials that would reduce bond to concrete. 16 3. Accurately position,support,and secure reinforcement against displacement. 17 Locate and support reinforcement with bar supports to maintain minimum concrete 18 cover. Do not tack weld crossing reinforcing bars. 19 a. Weld reinforcing bars according to AWS D1.4,where indicated. Only steel 20 conforming to ASTM A706 may be welded. 21 4. Installation tolerances 22 a. Top and bottom bars in slabs,girders,beams and joists: 23 1) Members 8 inches deep or less:t3/8 inch 24 2) Members more than 8 inches deep: ±1/2 inch 25 b. Concrete Cover to Formed or Finished Surfaces: t3/8 inches for members 8 26 inches deep or less;t1/2 inches for members over 8 inches deep,except that 27 tolerance for cover shall not exceed 1/3 of the specified cover. 28 5. Concrete Cover 29 a. Reinforcing in structural elements deposited against the ground: 3 inches 30 b. Reinforcing in formed beams,columns and girders: 1-1/2 inches 31 c. Grade beams and exterior face of formed walls and columns exposed to 32 weather or in contact with the ground: 2 inches 33 d. Interior faces of walls: 1 inches 34 e. Slabs: 3/4 inches 35 6. Splices: Provide standard reinforcement splices by lapping and tying ends.Comply 36 with ACI 318 for minimum lap of spliced bars where not specified on the 37 documents. Do not lap splice no. 14 and 18 bars. 38 7. Field Welding of Embedded Metal Assemblies 39 a. Remove all paint and galvanizing in areas to receive field welds. 40 b. Field Prepare all areas where paint or galvanizing has been removed with the 41 specified paint or cold galvanizing compound,respectively. 42 F. Joints 43 1. General: Construct joints true to line with faces perpendicular to surface plane of 44 concrete. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 03 30 00-17 CAST-IN-PLACE CONCRETE Page 17 of 25 1 2. Construction Joints: Install so strength and appearance of concrete are not 2 impaired,at locations indicated or as approved by Engineer. 3 a. Place joints perpendicular to main reinforcement. Continue reinforcement 4 across construction joints,unless otherwise indicated. Do not continue 5 reinforcement through sides of strip placements of floors and slabs. 6 b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 7 c. Locate joints for beams,slabs,joists,and girders in the middle third of spans. 8 Offset joints in girders a minimum distance of twice the beam width from a 9 beam-girder intersection. 10 d. Locate horizontal joints in walls and columns at underside of floors,slabs, 11 beams,and girders and at the top of footings or floor slabs. 12 e. Space vertical joints in walls as indicated. Locate joints beside piers integral 13 with walls,near corners,and in concealed locations where possible. 14 f. Use a bonding agent at locations where fresh concrete is placed against 15 hardened or partially hardened concrete surfaces. 16 3. Doweled Joints: Install dowel bars and support assemblies at joints where 17 indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete 18 bonding to 1 side of joint. 19 G. Waterstops 20 1. Flexible Waterstops: Install in construction joints and at other joints indicated to 21 form a continuous diaphragm. Install in longest lengths practicable. Support and 22 protect exposed waterstops during progress of the Work. Field fabricate joints in 23 waterstops according to manufacturer's written instructions. 24 2. Self-Expanding Strip Waterstops: Install in construction joints and at other 25 locations indicated, according to manufacturer's written instructions,adhesive 26 bonding,mechanically fastening,and firmly pressing into place. Install in longest 27 lengths practicable. 28 H. Adhesive Anchors 29 1. Comply with the manufacturer's installation instructions on the hole diameter and 30 depth required to fully develop the tensile strength of the adhesive anchor or 31 reinforcing bar. 32 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all 33 loose material from the hole,prior to installing adhesive material. 34 I. Concrete Placement 35 1. Before placing concrete,verify that installation of formwork,reinforcement,and 36 embedded items is complete and that required inspections have been performed. 37 2. Do not add water to concrete during delivery,at Project site,or during placement 38 unless approved by Engineer. 39 3. Before test sampling and placing concrete,water may be added at Project site, 40 subject to limitations of ACI 301. 41 a. Do not add water to concrete after adding high-range water-reducing 42 admixtures to mixture. 43 b. Do not exceed the maximum specified water/cement ratio for the mix. CITY OF FORT WORTH Park Improvements at.Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-18 CAST-IN-PLACE CONCRETE Page 18 of 25 1 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness 2 that no new concrete will be placed on concrete that has hardened enough to cause 3 seams or planes of weakness. If a section cannot be placed continuously,provide 4 construction joints as indicated. Deposit concrete to avoid segregation. 5 a. Deposit concrete in horizontal layers of depth to not exceed formwork design 6 pressures, 15 feet maximum and in a manner to avoid inclined construction 7 joints. 8 b. Consolidate placed concrete with mechanical vibrating equipment according to 9 ACI 301. 10 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 11 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 12 layer and at least 6 inches into preceding layer. Do not insert vibrators into 13 lower layers of concrete that have begun to lose plasticity. At each insertion, 14 limit duration of vibration to time necessary to consolidate concrete and 15 complete embedment of reinforcement and other embedded items without 16 causing mixture constituents to segregate. 17 d. Do not permit concrete to drop freely any distance greater than 10 feet for 18 concrete containing a high range water reducing admixture(superplasticizer)or 19 5 feet for other concrete. Provide chute or tremie to place concrete where longer 20 drops are necessary.Do not place concrete into excavations with standing 21 water. If place of deposit cannot be pumped dry,pour concrete through a tremie 22 with its outlet near the bottom of the place of deposit. 23 e. Discard pump priming grout and do not use in the structure. 24 5. Deposit and consolidate concrete for floors and slabs in a continuous operation, 25 within limits of construction joints,until placement of a panel or section is 26 complete. 27 a. Consolidate concrete during placement operations so concrete is thoroughly 28 worked around reinforcement and other embedded items and into corners. 29 b. Maintain reinforcement in position on chairs during concrete placement. 30 c. Screed slab surfaces with a straightedge and strike off to correct elevations. 31 d. Slope surfaces uniformly to drains where required. 32 e. Begin initial floating using bull floats or darbies to form a uniform and open- 33 textured surface plane,before excess bleedwater appears on the surface. Do not 34 further disturb slab surfaces before starting finishing operations. 35 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect 36 concrete work from physical damage or reduced strength that could be caused by 37 frost,freezing actions,or low temperatures. 38 a. When average high and low temperature is expected to fall below 40 39 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture 40 temperature within the temperature range required by ACI 301. 41 b. Do not use frozen materials or materials containing ice or snow. Do not place 42 concrete on frozen subgrade or on subgrade containing frozen materials. 43 c. Do not use calcium chloride,salt,or other materials containing antifreeze 44 agents or chemical accelerators unless otherwise specified and approved in 45 mixture designs. 46 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 03 30 00-19 CAST-IN-PLACE CONCRETE Page 19 of 25 1 a. Maintain concrete temperature below 95 degrees Fahrenheit at time of 2 placement. Chilled mixing water or chopped ice may be used to control 3 temperature,provided water equivalent of ice is calculated to total amount of 4 mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 5 b. Fog-spray forms,steel reinforcement,and subgrade just before placing 6 concrete. Keep subgrade uniformly moist without standing water, soft spots,or 7 dry areas. 8 J. Finishing Formed Surfaces 9 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material 10 with tie holes and defects repaired and patched. Remove fins and other projections 11 that exceed specified limits on formed-surface irregularities. 12 a. Apply to concrete surfaces not exposed to public view. 13 2. Related Unformed Surfaces: At tops of walls,horizontal offsets,and similar 14 unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a 15 texture matching adjacent formed surfaces. Continue final surface treatment of 16 formed surfaces uniformly across adjacent unformed surfaces,unless otherwise 17 indicated. 18 K. Miscellaneous Concrete Items 19 1. Filling In: Fill in holes and openings left in concrete structures,unless otherwise 20 indicated,after work of other trades is in place. Mix,place,and cure concrete, as 21 specified,to blend with in-place construction. Provide other miscellaneous 22 concrete filling indicated or required to complete the Work. 23 2. Curbs: Provide monolithic finish to interior curbs by stripping forms while 24 concrete is still green and by steel-troweling surfaces to a hard,dense finish with 25 corners,intersections,and terminations slightly rounded. 26 3. Equipment Bases and Foundations: Provide machine and equipment bases and 27 foundations as shown on Drawings. Set anchor bolts for machines and equipment 28 at correct elevations,complying with diagrams or templates from manufacturer 29 furnishing machines and equipment. 30 a. Housekeeping pads: Normal weight concrete(3000 psi),reinforced with 31 #3 @ 16 inches on center set at middepth of pad.Trowel concrete to a dense, 32 smooth finish. Set anchor bolts for securing mechanical or electrical equipment 33 during pouring of concrete fill. 34 4. Protective slabs("Mud slabs"): Normal weight concrete(2500 psi minimum)with a 35 minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. 36 L. Concrete Protecting and Curing 37 1. General: Protect freshly placed concrete from premature drying and excessive cold 38 or hot temperatures. Comply with ACI 306.1 for cold-weather protection and 39 ACI 305.1 for hot-weather protection during curing. 40 2. Formed Surfaces: Cure formed concrete surfaces,including underside of beams, 41 supported slabs,and other similar surfaces. If forms remain during curing period, 42 moist cure after loosening forms. If removing forms before end of curing period, 43 continue curing for the remainder of the curing period. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-20 CAST-IN-PLACE CONCRETE Page 20 of 25 1 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure 2 unformed surfaces,including floors and slabs,concrete floor toppings,and other 3 surfaces. 4 4. Cure concrete according to ACI 308.1,by 1 or a combination of the following 5 methods: 6 a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days 7 with the following materials: 8 1) Water 9 2) Continuous water-fog spray 10 3) Absorptive cover,water saturated,and kept continuously wet. Cover 11 concrete surfaces and edges with 12-inch lap over adjacent absorptive 12 covers 13 b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture- 14 retaining cover for curing concrete,placed in widest practicable width,with 15 sides and ends lapped at least 12 inches,and sealed by waterproof tape or 16 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 17 during curing period using cover material and waterproof tape. 18 1) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 19 receive floor coverings. 20 2) Moisture cure or use moisture-retaining covers to cure concrete surfaces to 21 receive penetrating liquid floor treatments. 22 3) Cure concrete surfaces to receive floor coverings with either a moisture- 23 retaining cover or a curing compound that the manufacturer certifies will 24 not interfere with bonding of floor covering used on Project. 25 c. Curing Compound: Apply uniformly in continuous operation by power spray 26 or roller according to manufacturer's written instructions. Recoat areas 27 subjected to heavy rainfall within 3 hours after initial application. Maintain 28 continuity of coating and repair damage during curing period. 29 3.5 REPAIR 30 A. Concrete Surface Repairs 31 1. Defective Concrete: Repair and patch defective areas when approved by Engineer. 32 Remove and replace concrete that cannot be repaired and patched to Engineer's 33 approval. 34 2. Patching Mortar: Mix dry-pack patching mortar,consisting of 1 part portland 35 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve,using only enough 36 water for handling and placing. 37 3. Repairing Formed Surfaces: Surface defects include color and texture 38 irregularities,cracks,spalls,air bubbles,honeycombs,rock pockets,fins and other 39 projections on the surface,and stains and other discolorations that cannot be 40 removed by cleaning. 41 a. Immediately after form removal,cut-out honeycombs,rock pockets,and voids 42 more than 1/2 inch in any dimension in solid concrete,but not less than 1 inch 43 in depth. Make edges of cuts perpendicular to concrete surface. Clean,dampen 44 with water,and brush-coat holes and voids with bonding agent. Fill and 45 compact with patching mortar before bonding agent has dried. Fill form-tie 46 voids with patching mortar or cone plugs secured in place with bonding agent. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-21 CAST-IN-PLACE CONCRETE Page 21 of 25 1 b. Repair defects on surfaces exposed to view by blending white portland cement 2 and standard portland cement so that,when dry,patching mortar will match 3 surrounding color. Patch a test area at inconspicuous locations to verify 4 mixture and color match before proceeding with patching. Compact mortar in 5 place and strike off slightly higher than surrounding surface. 6 c. Repair defects on concealed formed surfaces that affect concrete's durability 7 and structural performance as determined by Engineer. 8 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, 9 for finish and verify surface tolerances specified for each surface. Correct low and 10 high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use 11 a sloped template. 12 a. Repair finished surfaces containing defects. Surface defects include spalls,pop 13 outs,honeycombs,rock pockets,crazing and cracks in excess of 0.01 inch wide 14 or that penetrate to reinforcement or completely through unreinforced sections 15 regardless of width, and other objectionable conditions. 16 b. After concrete has cured at least 14 days,correct high areas by grinding. 17 c. Correct localized low areas during or immediately after completing surface 18 finishing operations by cutting out low areas and replacing with patching 19 mortar. Finish repaired areas to blend into adjacent concrete. 20 d. Repair defective areas,except random cracks and single holes 1 inch or less in 21 diameter,by cutting out and replacing with fresh concrete. Remove defective 22 areas with clean, square cuts and expose steel reinforcement with at least a 3/4- 23 inch clearance all around. Dampen concrete surfaces in contact with patching 24 concrete and apply bonding agent. Mix patching concrete of same materials 25 and mixture as original concrete except without coarse aggregate. Place, 26 compact,and finish to blend with adjacent finished concrete. Cure in same 27 manner as adjacent concrete. 28 e. Repair random cracks and single holes 1 inch or less in diameter with patching 29 mortar. Groove top of cracks and cut out holes to sound concrete and clean off 30 dust,dirt,and loose particles. Dampen cleaned concrete surfaces and apply 31 bonding agent. Place patching mortar before bonding agent has dried. 32 Compact patching mortar and finish to match adjacent concrete. Keep patched 33 area continuously moist for at least 72 hours. 34 5. Perform structural repairs of concrete, subject to Engineer's approval,using epoxy 35 adhesive and patching mortar. 36 6. Repair materials and installation not specified above may be used, subject to 37 Engineer's approval. 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. Testing and Inspecting: City will engage a special inspector and qualified testing and 41 inspecting agency to perform field tests and inspections and prepare test reports. 42 B. Inspections 43 1. Steel reinforcement placement 44 2. Headed bolts and studs CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-22 CAST-IN-PLACE CONCRETE Page 22 of 25 1 3. Verification of use of required design mixture 2 4. Concrete placement,including conveying and depositing 3 5. Curing procedures and maintenance of curing temperature 4 6. Verification of concrete strength before removal of shores and forms from beams 5 and slabs 6 C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained 7 according to ASTM C 172 according to the following requirements: 8 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 9 concrete mixture exceeding 5 cubic yard,but less than 25 cubic yard,plus 1 set for 10 each additional 50 cubic yard or fraction thereof. 11 2. Slump: ASTM C143; 1 test at point of placement for each composite sample,but 12 not less than 1 test for each day's pour of each concrete mixture. Perform additional 13 tests when concrete consistency appears to change. 14 3. Air Content: ASTM C231,pressure method,for normal-weight concrete; 1 test for 15 each composite sample,but not less than 1 test for each day's pour of each concrete 16 mixture. 17 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 18 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above,and 1 19 test for each composite sample. 20 5. Compression Test Specimens: ASTM C31. 21 a. Cast and laboratory cure 4 cylinders for each composite sample. 22 1) Do not transport field cast cylinders until they have cured for a 23 minimum of 24 hours. 24 6. Compressive-Strength Tests: ASTM C39; 25 a. Test 1 cylinder at 7 days. 26 b. Test 2 cylinders at 28 days. 27 c. Hold 1 cylinder for testing at 56 days as needed. 28 7. When strength of field-cured cylinders is less than 85 percent of companion 29 laboratory-cured cylinders,evaluate operations and provide corrective procedures 30 for protecting and curing in-place concrete. 31 8. Strength of each concrete mixture will be satisfactory if every average of any 3 32 consecutive compressive-strength tests equals or exceeds specified compressive 33 strength and no compressive-strength test value falls below specified compressive 34 strength by more than 500 psi. 35 9. Report test results in writing to Engineer,concrete manufacturer,and Contractor 36 within 48 hours of testing. Reports of compressive-strength tests shall contain 37 Project identification name and number,date of concrete placement,name of 38 concrete testing and inspecting agency,location of concrete batch in Work,design 39 compressive strength at 28 days,concrete mixture proportions and materials, 40 compressive breaking strength, and type of break for both 7-and 28-day tests. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-23 CAST-IN-PLACE CONCRETE Page 23 of 25 1 10. Additional Tests: Testing and inspecting agency shall make additional tests of 2 concrete when test results indicate that slump,air entrainment,compressive 3 strengths,or other requirements have not been met,as directed by Engineer. 4 Testing and inspecting agency may conduct tests to determine adequacy of concrete 5 by cored cylinders complying with ASTM C42 or by other methods as directed by 6 Engineer. 7 a. When the strength level of the concrete for any portion of the structure,as 8 indicated by cylinder tests,falls below the specified requirements,provide 9 improved curing conditions and/or adjustments to the mix design as required to 10 obtain the required strength. If the average strength of the laboratory control 11 cylinders falls so low as to be deemed unacceptable,follow the core test 12 procedure set forth in ACI 301,Chapter 17.Locations of core tests shall be 13 approved by the Engineer.Core sampling and testing shall be at Contractors 14 expense. 15 b. If the results of the core tests indicate that the strength of the structure is 16 inadequate,any replacement,load testing,or strengthening as may be ordered 17 by the Engineer shall be provided by the Contractor without cost to the City. 18 11. Additional testing and inspecting,at Contractor's expense,will be performed to 19 determine compliance of replaced or additional work with specified requirements. 20 12. Correct deficiencies in the Work that test reports and inspections indicate does not 21 comply with the Contract Documents. 22 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 23 hours of finishing. 24 E. Concrete Finish Measurement and Tolerances 25 1. All floors are subject to measurement for flatness and levelness and comply with 26 the following: 27 a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with 28 a 10 foot long straightedge.Apply straightedge to the slab at 3 foot intervals in 29 both directions,lapping straightedge 3 feet on areas previously checked.Low 30 spots shall not exceed the above dimension anywhere along the straightedge. 31 Flatness shall be checked the next work day after finishing. 32 b. Slabs shall be level within a tolerance of t 1/4 inch in 10 feet,not to exceed 3/4 33 inches total variation,anywhere on the floor,from elevations indicated on the 34 Drawings. Levelness shall be checked on a 10 foot grid using a level after 35 removal of forms. 36 c. Measurement Standard: All floors are subject to measurement for flatness and 37 levelness, according to ASTM E1155. 38 2. 2 Tiered Measurement Standard 39 a. Each floor test section and the overall floor area shall conform to the 2-tiered 40 measurement standard as specified herein. 41 1) Minimum Local Value: The minimum local FF/FL values represent the ab- 42 solute minimum surface profile that will be acceptable for any 1 test sample 43 (line of measurements)anywhere within the test area. 44 2) Specified Overall Value: The specified overall FF/FL values represent the 45 minimum values acceptable for individual floor sections as well as the floor 46 as a whole. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-24 CAST-IN-PLACE CONCRETE Page 24 of 25 1 3. Floor Test Sections 2 a. A floor test section is defined as the smaller of the following areas: 3 1) The area bounded by column and/or wall lines 4 2) The area bounded by construction and/or control joint lines 5 3) Any combination of column lines and/or control joint lines 6 b. Test sample measurement lines within each test section shall be 7 multidirectional along 2 orthogonal lines,as defined by ASTM El 155,at a 8 spacing to be determined by the City's testing agency. 9 c. The precise layout of each test section shall be determined by the City's testing 10 agency. 11 4. Concrete Floor Finish Tolerance 12 a. The following values apply before removal of shores.Levelness values(FL)do 13 not apply to intentionally sloped or cambered areas,nor to slabs poured on 14 metal deck or precast concrete. 15 1) Slabs 16 Overall Value FF45/FL30 17 Minimum Local Value FF30/FL20 18 5. Floor Elevation Tolerance Envelope 19 a. The acceptable tolerance envelope for absolute elevation of any point on the 20 slab surface,with respect to the elevation shown on the Drawings,is as follows: 21 1) Slab-on-Grade Construction: t 3/ inch 22 2) Top surfaces of formed slabs measured prior to removal of supporting 23 shores:t 3/ inch 24 3) Top surfaces of all other slabs:t 3/ inch 25 4) Slabs specified to slope shall have a tolerance from the specified slope of 26 3/8 inch in 10 feet at any point,up to 3/ inch from theoretical elevation at 27 any point. 28 3.8 SYSTEM STARTUP[NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING 31 A. Defective Work 32 1. Imperfect or damaged work or any material damaged or determined to be defective 33 before final completion and acceptance of the entire job shall be satisfactorily re- 34 placed at the Contractor's expense,and in conformity with all of the requirements of 35 the Drawings and Specifications. 36 2. Perform removal and replacement of concrete work in such manner as not to impair 37 the appearance or strength of the structure in any way. 38 B. Cleaning 39 1. Upon completion of the work remove from the site all forms,equipment,protective 40 coverings and any rubbish resulting therefrom. 41 2. After sweeping floors,wash floors with clean water. 42 3. Leave finished concrete surfaces in a clean condition,satisfactory to the City. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 033000-25 CAST-IN-PLACE CONCRETE Page 25 of 25 1 3.11 CLOSEOUT ACTIVITIES [NOT USED] 2 3.12 PROTECTION [NOT USED] 3 3.13 MAINTENANCE[NOT USED] 4 3.14 ATTACHMENTS [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 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% 7 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 12 93 00-1 FURNISHINGS Page 1 of 5 1 SECTION 12 93 00 2 SITE FURNISHINGS 3 PART 1 GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Provisions established within the General and Supplementary General Conditions of the 6 Contract,Division 1 -General Requirements,and the Drawings are collectively applicable to this 7 Section. 8 1.2 SCOPE 9 A. Work included: the work includes,but is not necessarily limited to: 10 1. Furnish and install exterior benches,picnic tables. 11 2. Furnish and install light poles. 12 3. Furnish and install pre-manufactured pavilion. 13 4. Furnish and install ADA and trail traffic signs. 14 5. Furnish and install erosion Control Wall 15 6. Warranty and replacements 16 7. Provide touch-up paint 17 1.3 REFERENCES 18 A. Requirements of Regulatory Agencies: 19 1. Perform work in accordance with all applicable laws,codes and regulations required. 20 B. American Association of State Highway and Transportation Officials(AASHTO): 21 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway Signs, 22 Luminaires and Traffic Signals 23 C. ASTM International(Formerly known as American Society for Testing and Materials): 24 1. ASTM A123 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel 25 Products 26 2. ASTM A325 - Standard Specification for Structural Bolts,Steel,Heat Treated, 120/105 27 ksi Minimum Tensile Strength 28 3. ASTM A507 -Standard Specification for Drawing Alloy Steel,Sheet and Strip,Hot- 29 Rolled and Cold-Rolled 30 4. ASTM B26/B26M-Standard Specification for Aluminum-Alloy Sand Castings 31 5. ASTM B85 -Standard Specification for Aluminum-Alloy Die Castings 32 6. ASTM B 137 -Standard Test Method for Measurement of Coating Mass per Unit Area 33 on Anodically Coated Aluminum 34 7. ASTM B209-Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate 35 8. ASTM B221 -Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, 36 Rods,Wire,Profiles,and Tubes 37 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of 38 Burning of Plastics in a Horizontal Position CITY OF FORT WORTH Park Improvements as:Trail Drivers Park Improvements 002475 12 93 00-2 FURNISHINGS Page 2 of 5 39 10. ASTM D1056- Standard Specification for Flexible Cellular Materials-Sponge or 40 Expanded Rubber 41 11. ASTM D1400- Standard Test Method for Nondestructive Measurement of Dry Film 42 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 43 12. ASTM D2240- Standard Test Method for Rubber Property -Durometer Hardness 44 D. National Fire Protection Association(NFPA): NFPA 70-National Electrical Code(NEC) 45 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting Council) 46 (SSPC): SSPC-SP 10-Near-White Blast Cleaning 47 F. Underwriters Laboratories,Inc. (UL): 48 1. UL 496-UL Standard for Safety Edison-Base Lampholders 49 2. UL 508 -UL Standard for Safety Industrial Control Equipment 50 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 51 Fluorescent Lamps 52 4. UL 935 -UL Standard for Safety Fluorescent-Lamp Ballasts 53 5. UL 1029-UL Standard for Safety High-Intensity-Discharge Lamp Ballasts 54 6. UL 1598 -UL Standard for Safety Luminaires 55 1.3 QUALITY ASSURANCE 56 A. Installer qualifications: minimum of 5 years of experience in installation of site furnishings, 57 premanufactured pavilions and light poles. Provide documentation of specific project experience 58 and references as required by Owner. 59 1.4 SUBMITTALS 60 A. Submit manufacturer's product data and warranty for each type of furniture or material specified, 61 including finish and color indicated including light pole and fixture. Submit cut sheets for ADA 62 signage. 63 B. Submit footing detail as recommended by the manufacturer for each type of site furniture 64 including pavilion. Pavilion submittals and shop drawings shall be sealed by a Professional 65 Engineer registered in the State of Texas. 66 C. Submit manufacturer's installation instructions. 67 D. Samples: 68 1. Submit two samples 2x2 inch in size illustrating finish material and color for substitutions. 69 E. Submittals to be submitted to Landscape Architect for review and approval no less than 60 days 70 prior to installation. 71 1.5 DELIVERY,STORAGE,AND HANDLING 72 A. Remove designated existing benches and picnic tables. 73 B. Furnish all materials in manufacturer's unopened, original containers, bearing original labels 74 showing quantity,description and name of manufacturer. CITY OF FORT WORTH Park Improvements as:Trail Drivers Park Improvements 002475 12 9300-3 FURNISHINGS Page 3 of 5 75 C. Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to 76 the product. 77 D. Store products in a manner which will preclude all damages. Damaged materials will be rejected. 78 Remove all damaged materials from the job site immediately,and replace at no cost to the Owner. 79 E. Furnish suitable equipment and locate all site furnishing materials carefully and efficiently. Lift 80 materials using lifting inserts provided by the manufacturer where applicable. 81 F. Protect site furniture and accessories from damage until final acceptance. Owner reserves right 82 to reject site furniture damaged prior to and during and after installation. 83 PART 2 PRODUCTS 84 2.1 MANUFACTURERS OF EQUIPMENT,SITE FURNITURE AND ACCESSORIES 85 A. Acceptable Manufacturers are listed on the drawings. 86 B. Substitutions:Under provisions of General and Special Conditions and Drawings. Substitutions 87 must be of equal quality of material and finish specified. All substitutions must be approved by 88 Park and Recreation Department and Landscape Architect prior to bid submittal with explanation 89 of variances to specified items. 90 91 C. General Requirements for Mounting Poles for signs: 92 1. Mounting poles: Steel, straight,round,and as shown.Complete assembly of anchor bolts, 93 pole,arms,and luminaire designed to withstand wind pressure(P)developed by wind 94 speed(V)of 80 MPH,in accordance with AASHTO LTS-4. Pole assembly to be 95 designed in accordance with AASHTO requirements for permissible stresses,deflection, 96 vibration,and fatigue.Ratio of deflection to pole height under action of applicable static 97 loading not to exceed 1/60. 98 99 D. Light poles—12 foot tall,square 4"diameter, 11 gauge steel pole manufactured by Union 100 Metal as specified on Electrical plans. Model#SQS 12-4.0-11-F-2-BC 101 102 E. Light fixtures—LED post top light, Slenderform by Gardco with mounting hardware as 103 specified on Electrical plans. Model#SFP-T2-5-80LA-NW-UNV. 104 105 F. Erosion Control Wall—R-Rap Erosion Control Wall by Knight Erosion Control,Inc.or 106 approved equal. 107 2.2 CONCRETE 108 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, air- 109 entrained 2%to 45. CITY OF FORT WORTH Park Improvements as:Trail Drivers Park Improvements 002475 129300-4 FURNISHINGS Page 4 of 5 110 111 B. Grout: Section 03305, "Portland Cement Concrete", nonshrink.Where 112 recommended by manufacturer. Prime surfaces to be grouted 113 2.3 FINISHES 114 A. Specified on drawings. 115 PART 3 EXECUTION 116 3.1 INSPECTION 117 A. Examine final grades and installation conditions. Do not proceed with work until unsatisfactory 118 conditions are corrected. 119 B. Beginning of installation means acceptance of existing conditions. 120 3.2 PREPARATION 121 A. Remove foreign substances from surfaces to receive metal items. 122 B. Locate and layout all site furniture and site accessories. Obtain Owner's Representative's 123 acceptance of layout prior to installation. 124 C. Coordinate setting drawings,diagrams,templates,instructions and directions for the installation 125 of items having integral anchors which are to be embedded in concrete construction. Coordinate 126 delivery of such items with concrete work. 127 D. Restore protective covering that have been damaged in shipment or in the installation of the item. 128 Remove protective covering from surfaces only when there is no possibility of damage from 129 work yet to be performed after installation. Retain covering on all similarly finished items and 130 remove only when all are in place to preclude non-uniform oxidation and discoloration. 131 3.4 INSTALLATION OF SITE FURNISHINGS 132 A. Install where and as shown on plans and details. Install per Manufacturer's directions. Install 133 all pieces level and plumb. 134 B. Provide and install vandal-proof anchors into pavement to secure the site furnishings. 135 C. Paint exposed installation hardware to match furnishing color. 136 D. Shim and level furnishings as required at approved locations. 137 E. Guard against staining or damaging of existing pavements and plantings where site furnishings 138 are to be installed. CITY OF FORT WORTH Park Improvements as:Trail Drivers Park Improvements 002475 1293 00-5 FURNISHINGS Page 5 of 5 139 F. Provide Owner with manufacturer's touch-up paint(1 pint minimum)for each painted furnishing. 140 Supply literature necessary for ordering touch-up paint at a later date. 141 142 G. Installation of Light Poles: 143 1. Form concrete base as shown,in accordance with Division 32 for Concrete work. Use 144 templates provided by the pole manufacturer for setting anchor bolts. 145 2. Install mounting pole of type shown. Use double nuts to erect poles plumb.Pack void 146 between concrete base and pole base plate with non-shrink grout,and install per 147 manufacturer's requirements. 148 3.5 TOLERANCES 149 A. Maximum Variation From Plumb: 1/32 inch per foot. 150 3.6 CLEANING 151 A. Perform cleaning during installation of the work and upon completion of the work. Maintain 152 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 153 damage resulting from play fields and equipment installation. 154 3.7 CLEANING/TOUCH-UP 155 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered onto site 156 furniture. 157 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 158 equipment, surplus materials,and debris. 159 C. Perform cleaning during installation of the work and upon completion of the work. Maintain 160 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 161 damage resulting from furniture and equipment installation. Replace damaged furniture as 162 requested by the Owner's Representative. 163 164 END OF SECTION 165 CITY OF FORT WORTH Park Improvements as:Trail Drivers Park Improvements 002475 12 93 10-1 DETECTABLE WARNING TILE Page 1 of 6 1 SECTION 12 93 10 2 3 ADA CAST-IN-PLACE DETECTABLE/TACTILE WARNING TILE 4 5 6 7 1. RELATED DOCUMENTS 8 9 A. Drawings and general provisions of Contract,including General and Special Conditions and 10 Division 1 Specifications Section,apply to this Section. 11 12 2. DESCRIPTION 13 14 A. This Section specifies furnishing and installing Cast-In-Place Detectable/Tactile Warning 15 Tiles where indicated. 16 17 3. SUBMITTALS 18 19 A. Product Data: Submit manufacturer's literature describing products,installation procedures 20 and routine maintenance. 21 22 4. QUALITY ASSURANCE 23 24 A. Provide cast-in-place detectable/tactile warning tiles and accessories as produced by a single 25 manufacturer. 26 27 B. Installer's Qualifications: Engage an experienced Installer certified in writing by tactile 28 flooring manufacturer as qualified for installation,who has successfully completed tile 29 installations similar in material,design,and extent to that indicated for Project. 30 31 C. Americans with Disabilities Act(ADA): Provide detectable/tactile warning surfaces which 32 comply with the detectable warnings on walking surfaces section of the Americans with 33 Disabilities Act(Title 49 CFR TRANSPORTATION,Part 37.9 STANDARDS FOR 34 ACCESSIBLE TRANSPORTATION FACILITIES,Appendix A, Section 4.29.2 35 DETECTABLE WARNINGS ON WALKING SURFACES. In addition products must 36 comply with CALIFORNIA TITLE 24 requirements regarding patterns,color and sound on 37 cane contact. 38 39 D. Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning tiles shall be 40 an epoxy polymer composition with an ultra-violet coating employing aluminum oxide 41 particles in the truncated domes: 42 43 E. Dimensions: 44 Tile:Nominal 2 ft. By 5 ft. by 1.375 inches thick; 1.575 inches thick at the domes,with 1- 45 3/8"inch deep perimeter flange and seven 1 3/8"deep internal flanges. 46 47 Assembly: shall be held within the following dimensions and tolerances: 48 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 1293 10-2 DETECTABLE WARNING TILE Page 2 of 6 Length and Width: 24"x 60"nominal Depth 1.400"±5%max. Face Thickness 0.125"±5%max. Warpage of Edge ±0.5%max. 49 50 51 F. Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning Tiles adhered 52 to concrete shall meet or exceed the following test criteria: 53 54 1. Water Absorption of Tile when tested by ASTM D 570-98 not to exceed 0.05%. 55 56 2. Slip Resistance of Tile when tested by ASTM C 1028-96 Wet/Dry Static Co-efficient of 57 Friction values are not to be less than 0.80 on top of domes and field area. 58 59 3. Compressive Strength of Tile when tested by ASTM D 695-02 not to be less than 28,000 60 psi. 61 62 4. Tensile Strength of Tile when tested by ASTM D 638-03 not to be less than 19,000 psi. 63 64 5. Flexural Strength of Tile when tested by ASTM D 790-03 not to be less than 25,000 psi. 65 66 6. Chemical Stain Resistance of Tile when tested by ASTM D 543-95 (re approved 2001)to 67 withstand without discoloration or staining- 10%hydrochloric acid,urine,saturated 68 calcium chloride,black stamp pad ink,chewing gum,red aerosol paint, 10%ammonium 69 hydroxide, 1% soap solution,turpentine,Urea 5%,diesel fuel and motor oil. 70 71 7. Abrasive Wear of Tile when tested by BYK-Gardner Tester ASTM D 2486-00* (*ATX- 72 G-U Standard)with reciprocating linear motion of 37f cycles per minute over a 10" 73 travel. The abrasive medium,a 40 grit Norton Metallite sand paper,to be fixed and 74 leveled to a holder. The combined mass of the sled,weight and wood block is to be 3.2 lb. 75 Average wear depth shall not exceed 0.06 after 1000 abrasion cycles measured on the top 76 surface of the dome representing the average of six measurement locations per sample. 77 78 8. Resistance to wear of unglazed ceramic tile by Taber Abrasion per ASTM C501-84(re 79 approved 2002)shall not be less than 500. 80 81 9. Fire Resistance of Tile when tested to ASTM E 84-05 flame spread be less than 15. 82 83 10. Gardner Impact to Geometry"GE" of the standard when tested by ASTM D 5420-04 to 84 have a mean failure energy expressed as a function of specimen thickness of not less than 85 550 in. lbf/in. A failure is noted when a crack is visible on either surface or when any 86 brittle splitting is observed on the bottom plaque in the specimen. 87 88 11. Accelerated Weathering of Tile when tested by ASTM G 155-05a for 3000 hours shall 89 exhibit the following result—AE<4.5,as well as no deterioration, fading or chalking of 90 surface of tile color No 33538. 91 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 1293 10-3 DETECTABLE WARNING TILE Page 3 of 6 92 12. Accelerated Aging and Freeze Thaw Test of Tile and Structural Embedment Flange 93 System when tested to ASTM D 1037-99 shall show no evidence of cracking, 94 delamination,warpage, checking,blistering,color change,loosening of tiles or other 95 detrimental defects. 96 97 13. Salt and Spray Performance of Tile and Structural Embedment Flange System when tested 98 to ASTM B 117-03 not to show any deterioration or other defects after 200 hours of 99 exposure. 100 101 5. DELIVERY,STORAGE AND HANDLING 102 103 A. Tiles shall be suitably packaged or crated to prevent damage in shipment or handling. 104 Finished surfaces shall be protected by sturdy wrappings,and tile type shall be identified by 105 part number. 106 107 B. Tiles shall be delivered to location at building site for storage prior to installation. 108 109 6. SITE CONDITIONS 110 111 A. Environmental Conditions and Protection: Maintain minimum temperature of 40 degrees F 112 in spaces to receive tactile tiles for at least 48 hours prior to installations,during installation, 113 and for not less than 48 hours after installation. Store the detectable/tactile tiles material in 114 spaces where they will be installed for at least 48 hours before beginning installation. 115 Subsequently,maintain minimum temperature of 40 degrees F in areas where work is 116 completed. 117 118 B. The use of water for work,cleaning or dust control,etc. shall be in contained and controlled 119 and shall not be allowed to come into contact with the passengers or public. Provide 120 barricades or screens to protect passengers or public. 121 122 C. Disposal of any liquids or other materials of possible contamination shall be made in 123 accordance with federal state and local laws and ordinances. 124 125 D. Cleaning materials shall have code acceptable low VOC solvent content and low 126 flammability if used on the site. 127 128 E. Contractor shall coordinate phasing,traffic barriers and flagging personnel operations as 129 specified elsewhere. 130 131 8. GUARANTEE 132 133 A. Cast-in-Place Detectable/Tactile Warning Tiles shall be guaranteed in writing for a period of 134 (10)ten years from date of final completion. The guarantee includes defective work,breakage, 135 deformation,fading and chalking of finishes,and loosening of panels. 136 137 138 Part 2 PRODUCTS 139 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 1293 10-4 DETECTABLE WARNING TILE Page 4 of 6 140 141 1. MANUFACTURERS 142 143 A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering 144 products that may be incorporated in the Work include,but are not limited to,the following: 145 146 B. The Vitrified Polymer Composite(VPC)Cast-in-Place Detectable/Tactile Warning Tiles 147 specified is based on Armor-Tile manufactured by Engineered Plastics Inc. (800-682-2525). 148 Existing engineered ADA and California Title 24 field tested products in service for a 149 minimum of 2 years which are subject to compliance with requirements,may be incorporated 150 in the work and shall meet or exceed the specified test criteria and characteristics. 151 152 C. Color: Brick Red conforming to Federal Color No. 22144. Color shall be homogeneous 153 throughout the tile. 154 155 D. Substitutions: Substitutions shall be made only under provisions of the contract and must 156 meet all applicable standards for compliance with Americans with Disabilities Act(ADA). 157 Any proposed substitution must meet standards specified in paragraph 1.4 D, 1.4 E and must 158 be equivalent in appearance and function to the tile specified herein. 159 160 2. MATERIALS 161 162 A. Heavy duty elastomeric polyurethane sealant as manufactured by Boiardi,Mapei,Bostik or 163 approved equal. 164 165 166 PART 3 EXECUTION 167 168 1. INSTALLATION 169 170 A. During Cast-In-Place Detectable/Tactile Warning Tile installation procedures,ensure 171 adequate safety guidelines are in place and that they are in accordance with the applicable 172 industry and government standards. 173 174 B. The specifications of the structural embedment flange system and concrete sealants and 175 related materials shall be in strict accordance with the contract documents and the guidelines 176 set by their respective manufacturers. 177 178 C. The physical characteristics of the concrete shall be consistent with the contract specifications 179 while maintaining a slump range of 4-7 to permit solid placement of the Cast-In-Place 180 Detectable/Tactile Warning Tile system. An overly wet mix will cause the tile to float, 181 therefore under all conditions, suitable weights such as concrete blocks or sandbags(25 lb) 182 shall be placed on each 2' x 2' tile module. 183 184 D. Prior to placement of the Cast In Place Detectable/Tactile Warning Tile system,the contract 185 drawings shall be reviewed and a layout drawing prepared by the installation contractor to 186 resolve the issues related to pattern repeat,tile cuts,expansion joints,control joints,platform 187 curves,platform end returns and platform surface interferences. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 1293 10-5 DETECTABLE WARNING TILE Page 5 of 6 188 189 E. The concrete pouring and finishing operations require typical mason's tools,however,a 190 mason's line,radius edge(1/8 x 3/16"return)tool,4' long x 2"wide x 1/8"thick steel 191 straight edge,25 lb.weights,vibrator wand and small sledge hammer with 2"x 6"x 20" 192 wood tamping plate are specific to the installation of the Cast-In-Place System. 193 194 F. The concrete shall be poured and finished level,true and smooth to the required dimensions 195 prior to tile placement. Immediately after pouring concrete, a mason's line should be strung 196 parallel to track to act as a reference line for placement of tile,and then the tile assembly shall 197 be placed true to the platform edge and to each other on the concrete. The Cast-In-Place tiles 198 shall be tamped or vibrated into the fresh concrete to ensure that the field level of tile is flush 199 to the adjacent concrete or platform edge surface. The shop drawings indicate that the tile 200 field level(base of truncated dome)is flush to adjacent surfaces to permit proper water 201 drainage and eliminate tripping hazards between adjacent finishes. The tolerance for 202 elevation differences between tile and adjacent surface is 1/16". 203 204 G. Immediately after tile placement,the tile elevation is to be checked to adjacent concrete or 205 rubbing board heights with a steel straight edge. The tile elevation should be set consistent 206 with shop drawings to permit water drainage to or away from track as the platform design 207 dictates. 208 209 H. While concrete is workable steel edging trowel 1/8"radius x 3/16"return is to be used to 210 edge the tile to adjacent concrete surfaces running parallel to track. While edging, ensure that 211 a clean edge definition is created between tile and adjacent concrete and that tile to concrete 212 elevations meet the shop drawing tolerances. 213 214 I. The placement of Cast-In-Place Tile assemblies to each other and to the mason's line or form 215 edge shall be true and parallel to develop a true line consistent with the platform edge. A 216 tight tile to tile placement can best be achieved by raking out the concrete at the butting edge 217 to avoid trapping concrete or aggregate between tiles and/or form edge. 218 219 J. During and after the tile installation and the concrete curing stage,it is imperative that there is 220 no walking, leaning or external force placed on the tile to rock the tile,causing a void 221 between the underside of tile and concrete. 222 223 K. Following file placement,review installation tolerances to shop drawings and adjust tile 224 before the concrete sets,suitable weights of 251b. shall be placed on each tile and additional 225 weights at tile to tile assemblies as necessary to ensure solid contact of tile underside to 226 concrete. 227 228 L. Following the curing of the concrete,the protective plastic wrap is to be removed from the 229 tile face by cutting the plastic with a sharp knife tight to the concrete/tile 230 231 232 interface. If concrete bleeding occurs between tiles,a wire brush will clean the residue 233 without damage to the tile surface. 234 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 1293 10-6 DETECTABLE WARNING TILE Page 6 of 6 235 M. An elastomeric polyurethane sealant can be applied(not typical)to the tile edges running 236 parallel to the track or curb. Proper surface preparation requires that the tile and adjacent 237 surfaces are mechanically etched with sandpaper or a carbide burr and wiped clean and dry 238 with acetone. Applications of the polyurethane sealant shall be level to the adjacent surface 239 and a straight line formed to the tile edge. A quality installation of the sealant may require 240 that the tile face be masked off with duct tape to ensure a clean definition of sealant to the 241 adjacent surfaces. 242 243 N. Following the concrete curing stage,protective plastic wrap is to be removed from the tile 244 surface by cutting the plastic with a sharp knife,tight to the concrete/tile interface.If concrete 245 bled under the plastic,a soft brass wire brush will clean the residue without damage to the tile 246 surface. 247 248 2. CLEANING AND PROTECTING 249 250 A. Protect tiles against damage during construction period to comply with Cast-in-Place 251 detectable/tactile warning tile manufacturer's specification. 252 253 B. Protect Cast-in-Place detectable/tactile warning tiles against damage from rolling loads 254 following installation by covering with plywood. 255 256 C. Clean Cast-in-Place detectable/tactile warning tiles not more than four days prior to date 257 scheduled for inspection intended to establish date of substantial completion in each area of 258 project. Clean Cast-in-Place detectable/tactile tiles by method specified by tile manufacturer. 259 260 ---End of Section--- CITY OF FORT WORTH Park Improvements at:Trail Drivers Park 002475 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page I of 11 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor,materials and equipment required to install,test and provide an 7 operational,electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. The price bid shall include furnishing and installing a complete electrical and 19 lighting system and shall be itemized as follows: 20 1) Demolition(see Section 26 05 10) 21 2) Switchgear including panels,disconnects, enclosures,fuses,etc. (see 22 Sections 26 24 16,26 28 13,26 28 16) 23 3) Wiring devices(see Section 26 27 26) 24 4) Identification(see Section 26 05 53) 25 5) Conduit and boxes(see Sections 26 05 33,26 05 43) 26 6) Conductors(see Sections 26 05 19, 26 05 26) 27 7) Lighting fixtures,poles,controls and lightning protection(see Sections 26 28 56 68,26 41 13) 29 8) Supports(see Section 26 05 29) 30 9) Excavation and backfill(see Sections 26 05 00,26 05 33,26 05 43, 03 34 31 16) 32 10) Arc-flash study(see Section 26 05 73) 33 11) General Requirements(see Division 01 specifications) 34 c. For pay item under 26 05 00,also include related excavation work in Sections 35 26 05 33,26 05 43,03 34 16. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 11 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 a. Underwriters Laboratories,Inc. (UL) 7 b. Association of Edison Illuminating Companies(ASIC) 8 c. American National Standards Institute(ANSI) 9 d. Institute of Electrical and Electronics Engineers(IEEE) 10 e. Insulated Cable Engineers Association(ICEA) 11 f. National Electrical Code(NEC) 12 g. National Electrical Manufacturers Association(NEMA) 13 h. Electrical Safety in the Workplace 14 i. National Fire Protection Association(NFPA) 15 j. Occupational Safety and Health Act(OSHA) 16 k. American with Disability Act(ADA) 17 1. American Society for Testing and Materials (ASTM) 18 in. Applicable state and federal codes,ordinances and regulations 19 2. Discrepancies. The drawings and specifications are intended to comply with listed 20 codes,ordinances,regulations and standards. Where discrepancies occur, 21 immediately notify the Owner's representative in writing and ask for an 22 interpretation. Should installed materials or workmanship fail to comply,the 23 Contractor is responsible for correcting the improper installation. Additionally, 24 where sizes,capacities,or other such features are required in excess of minimum 25 code or standards requirements,provide those specified shown. 26 3. Contractor shall obtain permits and arrange inspections required by codes 27 applicable to this Section and shall submit written evidence to the Owner and 28 Engineer that the required permits,inspections and code requirements have been 29 secured. 30 1.4 CONTRACT DOCUMENTS 31 A. The specifications and accompanying drawings indicate plans and details showing 32 installations and locations of equipment,conduit,poles,etc.,based on a product or a 33 group of products, from an identified manufacture or manufacturers,the layout of the 34 equipment and the installation drawing are based on the identified equipment,materials, 35 etc. 36 B. Installation drawings of the systems are based on the identified vendors and products, 37 and these items are used for dimensions,utility connections, service clearances,etc. 38 These drawings,even when dimensioned,are schematic in nature and are subject to field 39 coordination to reflect actual conditions,final equipment shop drawings,construction 40 means and methods,as well as coordination between trades. 41 C. It shall be the Contractor's responsibility to coordinate the final installation of all 42 equipment and systems. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 11 1 D. Due to the intricacies of construction it is impractical to specify or indicate every detail; 2 in such cases the current rules of good construction practices and applicable 3 specifications shall govern. If departures from the drawings are deemed necessary by the 4 Contractor,details of such proposed departures shall be made to the Engineer in writing. 5 Each request shall state reasons and recommended correction for proposed departure. No 6 departure shall be made without prior written approval of the Engineer. 7 E. The Contractor shall familiarize himself with all conditions at the site. 8 F. Dimensional information shall be made by the Contractor on the site. 9 G. Should the drawings or specifications disagree within themselves, or with each other, 10 the better quality or greater quantity of work or materials shall be performed or furnished 11 at no additional cost to the Owner. 12 1.5 SPACE AND EQUIPMENT 13 A. It is the responsibility of the Contractor to determine if equipment proposed to be 14 furnished will fit in the allotted space. 15 B. Contractor shall prepare and furnish detailed installation drawings indicating 16 arrangement and installation of proposed equipment,and submit to Engineer for 17 approval. Approval,in writing,shall be obtained before ordering equipment. 18 1.6 PROJECT OBSERVATION 19 A. Project observation by the Architect/Engineer is for the express purpose of verifying 20 compliance by the Contractor with the Contract Documents,and shall not be construed as 21 construction supervision nor indication of approval of the manner in which the work is 22 being performed. 23 1.7 CONSTRUCTION REQUIREMENTS 24 A. It is the intent of the Contract Documents to provide an installation complete in every 25 respect. If additional work is required for Work indicated or specified,it shall be the 26 responsibility of the Contractor to provide same as well as to provide material and 27 equipment usually furnished with such systems or as required to complete the 28 installation. 29 B. The Contractor shall be responsible for placing his material and equipment and shall 30 carefully lay out his work in the project to avoid all obstructions,to conform to the details 31 of the installation supplied by the manufacturer of the equipment to be installed and 32 thereby provide an integrated, satisfactorily operating installation. 33 1.8 EXCAVATION,BACKFILL AND COMPACTION 34 A. All safety systems shall meet Occupational Safety and Health Administration 35 Standards. 36 B. A pay item for these same safety systems shall be included as part of the Contractor's 37 bid and included in the Schedule of Values. 38 C. Submit trenching/shoring shop drawings where applicable. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 11 1 D. Trenching shall be in accordance with Occupational Safety and Health Document,Part 2 1926- Safety and Health Regulations for Construction; 1926-652 -General Trenching 3 Requirements. 4 1. Banks more than 5 feet high shall be shored, laid back to a stable slope,or some 5 other equivalent means of protection shall be provided where employees may be 6 exposed to moving ground or cave-ins. Refer to drawings for standard trenching 7 details. 8 2. The Contractor may also have supporting systems,pilings,cribbing,shoring,etc., 9 designed by a Registered Professional Structural Engineer and submitted to the 10 Architect/Engineer as a shop drawing submittal before trenching work is done. 11 Submittal drawings shall be sealed by the Engineer. 12 E. Excavate to the depths indicated or as otherwise specified. 13 F. Pile materials suitable for backfilling in an orderly manner a sufficient distance from 14 the banks of the trench to avoid overloading and to prevent slide or cave-ins. 15 G. Remove excavated materials not required or suitable for backfill. 16 H. Prevent surface water from flowing into trenches or other excavations,and remove all 17 water accumulating therein. 18 I. Sheeting and shoring shall be done as may be necessary. 19 J. Unless otherwise indicated,excavation shall be by open cut except that short sections of 20 a trench may be tunneled if the conduit,cable,or duct can be safely and properly installed 21 and backfill can be properly tamped in such tunnel sections. 22 K. Excavate all materials encountered including rock and filled-in material. 23 L. Trench Excavation: 24 1. Sides and Bottom: Trenches shall be of the necessary width for proper laying of 25 conduit,cables,or ducts. The banks of conduit trenches shall be as nearly vertical 26 as practicable. Do not over-excavate. Grade bottom of the trenches to provide 27 uniform bearing and support for each section of the conduit on undisturbed soil at 28 every point along its entire length. 29 2. Stones: Remove stones necessary to avoid point bearing. Where rock excavation is 30 required in trenches for conduit,excavate rock to a minimum over-depth of 6 31 inches below the trench depths indicated or specified. Except as hereinafter 32 specified for wet or otherwise unstable material,over-depths shall be backfilled as 33 and with materials specified for backfilling the lower portion of trenches. 34 3. Unstable Material: Remove wet or otherwise unstable material encountered beyond 35 the depths indicated on the drawings or specified herein and replace with 36 satisfactory material. 37 M. Removal of Utility Lines: When utility lines that are to be removed are encountered 38 within the area of operations,notify representatives of the Utility, the Owner,and others 39 in ample time for the necessary measures to be taken to prevent interruption of the 40 service. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 11 1 N. Backfilling: 2 1. General: The trenches shall not be backfilled until the utilities systems as installed 3 conform to the requirements specified in the several sections covering the 4 installation of the various utilities. Where damage is likely to result from 5 withdrawing sheeting,leave the sheeting in place. Except as otherwise specified 6 for special conditions of over-depths,backfill the trenches to the ground surface 7 with selected material that is suitable for the specified compaction and as 8 hereinafter specified. Reopen improperly backfilled trenches,and trenches that 9 show sinking within 12 months after Substantial Completion to the depth required 10 for proper compaction,then refill and compact as specified. The meaning of 11 "density of the adjacent soil'when the adjacent formation is rock shall be 12 interpreted as maximum density. The surface shall be restored to its original 13 condition as near as practicable and as hereinafter specified. Replace sidewalks, 14 curbs,gravel,pavement,base course, and compacted subgrade disturbed by 15 trenching operations. 16 2. Lower Portion of Trench: Deposit backfill material in 6-inch-maximum-thickness 17 layers and compact with suitable tampers to the density of the adjacent soil or grade 18 as hereinafter specified until there is a cover of not less than 2 feet over sewers and 19 1 foot over other utility lines. The backfill material in this portion of the trench 20 shall consist of a selected material at a moisture content that will facilitate 21 compaction,free from stones larger than 3 inches in dimension and hard clods and 22 frozen conglomerates larger than 6 inches in dimension,except that where the pipe 23 is coated or wrapped for protection against corrosion the backfill material shall be 24 free from stones larger than 1 inch in dimension. If portions of the cover in the 25 lower portion of the trench is in the depth of special compaction and materials 26 requirements under pavement,the special requirements shall control. 27 3. Remainder of Trench: Except for special materials for pavements,the remainder of 28 the trench shall be backfilled with material that is free of stones larger than 6 inches 29 or 1/2 the layered thickness,whichever is smaller, in dimension. Backfill material 30 shall be deposited in layers not exceeding the thickness specified,and each layer 31 shall be compacted to the minimum density specified as applicable to the particular 32 area except that in areas other than under roadways,parking areas,shoulders of 33 roadways and parking areas,and other paved areas subject to vehicular movement, 34 settling of granular,non-cohesive material with water will be permitted. 35 a. Under Pavements: Six-inch layers,90 percent CE 55 maximum density for 36 cohesive soils and 95 percent CE 55 maximum density for cohesionless soils up 37 to the elevation at which the requirements for pavement subgrade material and 38 compaction control or up to the bottom of the concrete backfill. 39 b. Under Turfed or Seeded Lawn Areas and Sidewalks: Twelve-inch layers, 85 40 percent CE 55 maximum density for cohesive soils and 90 percent CE 55 41 maximum density for cohesionless soils. This requirement also applies to areas 42 designated to be turfed or seeded. 43 c. Under Other Areas: Two-foot layers, density equal to the adjacent soil. 44 4. Public Streets, Sidewalks and Other Public Rights-of-Way: Repair in compliance 45 with the requirements of the City of Fort Worth,Texas. 46 O. Landscape: 47 1. Routing: 48 a. Stake the route jointly with the Owner. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-6 COMMON WORK RESULTS FOR ELECTRICAL Page 6 of 11 1 b. Mark trees, shrubbery and other landscaping to be saved,jointly with the 2 Owner. 3 c. Avoid the dripline of other trees and large shrubbery. 4 2. Repair: Place topsoil in top 6 inches of trench in areas of existing cultivated ground 5 cover. 6 3. Establish grass turf by seeding or hydromulch throughout all disturbed areas. 7 1.9 HOUSEKEEPING PADS 8 A. Install steel reinforced concrete housekeeping pad under electrical equipment enclosure 9 as detailed on drawings. 10 B. Trowel finish and chamfer edges 1/2". 11 1.10 LOCKING OF ELECTRICAL FACILITIES 12 A. Provide padlocks or lockable latches for electrical facilities subject to unauthorized 13 entry,such as panelboards,disconnects,enclosures,etc. 14 B. Furnish locks to match existing locking system. Key all locks alike. 15 C. Furnish Owner with two keys per lock up to a quantity of ten keys. 16 D. Install locks immediately upon installation of electrical facility. 17 1.11 ELECTRIC UTILITY 18 A. Verify all standard practices of the electric utility company and requirements for 19 electric metering and provide metering to conform to the requirements. 20 B. Furnish necessary labor to install all equipment supplied by the electric utility company 21 and furnish and install other materials and equipment as required. 22 1.12 PROJECT CLOSEOUT 23 A. In order to close out the Electrical Work of this project,the work hereinafter noted is 24 required. 25 B. Requirements for project closeout are,but not necessarily limited to,the following: 26 1. Record Drawings. 27 2. Tests. 28 3. Operation and Maintenance Manuals. 29 4. Owner's Instructions. 30 5. Shop Drawings. 31 6. Correction of Deficiencies Found on Final Observation. 32 7. Guarantees. 33 8. Final Cleaning. 34 C. Record Documents: 35 1. Maintain a set of Contract Drawings consisting of a complete set of blueline prints 36 at the jobsite. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-7 COMMON WORK RESULTS FOR ELECTRICAL Page 7 of 11 1 2. Indicate on the record drawings the installed locations of- 2 a. Service entrance 3 b. Feeders 4 c. Poles 5 d. Equipment 6 e. Dimensional locations of site work 7 3. Include addenda, change orders,clarifications,and other modifications to the 8 Drawings. 9 4. Deliver Drawings to the Architect/Engineer on the completion of the work. 10 5. Do not use these Drawings for reference or construction,nor allow them to leave 11 the field office. 12 6. Drawings will be reviewed by the Architect/Engineer as required and prior to 13 approval of each month's Certificate for Payment. Certificate for Payment will not 14 be approved until record drawings are brought up to date. 15 D. Test And Start-Up Data: 16 1. Conduct tests as specified in each section for the various systems. 17 2. Log pertinent data at the time of testing,including: 18 a. System identification 19 b. Date and time 20 c. Personnel 21 d. Description 22 e. Test conditions 23 f. Test results 24 g. Corrective measures taken 25 3. Log of start-up for all equipment including: 26 a. Equipment identification 27 b. Date and time 28 c. Personnel 29 d. Start-up procedures 30 e. Problems encountered 31 f. Corrective measures taken 32 E. Operation And Maintenance Instructions: 33 1. Complete written operating instructions at each item of equipment and related 34 systems. 35 2. Written instructions for preventative maintenance for each item of equipment and 36 related systems. 37 3. Release, signed by the Owner and his Authorized Representative, for demonstration 38 of operating and maintenance procedures. 39 a. List of equipment and systems 40 b. Dates and times 41 c. Personnel present for demonstrations 42 4. List of equipment serial numbers. 43 5. Systems diagrams and drawings. 44 6. List of manufacturers',suppliers',and subcontractors'names,addresses,and 45 telephone numbers;give both local representatives and service headquarters. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-8 COMMON WORK RESULTS FOR ELECTRICAL Page 8 of 11 1 7. Spare Parts Data: 2 a. List of parts and supplies 3 b. Current unit prices 4 c. Sources of supply(local and national) 5 d. List of parts and supplies recommended by manufacturer for the Owner to keep 6 on hand 7 F. Provide three(3)bound copies of all data in loose-leaf,three-ring binders with 8 identifying tabs. 9 G. Final Cleaning: 10 1. Employ experienced workmen,or professional cleaners for final cleaning. 11 2. In preparation for substantial completion or occupancy,conduct final inspection of 12 sight-exposed interior and exterior surfaces,and of concealed spaces,and clean as 13 follows: 14 a. Remove grease,dust,dirt,stains,labels,fingerprints,and other foreign 15 materials from sight-exposed interior and exterior surfaces;polish surfaces so 16 designated to shine finish. 17 b. Repair,patch and touch-up marred surfaces to specified finish,to match 18 adjacent surfaces. 19 1.13 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Where references are made to the Related Work paragraph in each Specification 22 Section,referring to other Sections and other Divisions of the Specifications,the 23 Contractor shall provide such information or Work as may be required in those 24 references, and include such information or Work as may be specified. 25 2. Division 26 requirements apply to electrical work provided under any division of 26 the Specifications 27 B. Service and Metering 28 1. Obtain service from the electric service provider from transformer equipment 29 furnished and installed by the power company. 30 2. Power company responsibilities 31 a. Furnishing and installing the primary overhead conductors and pole line 32 b. Furnishing and installing the transformer pole,primary cutouts,lightning 33 arresters and grounding 34 c. Furnishing and installing primary cables 35 d. Furnishing and installing utility transformer 36 e. Furnishing metering current transformers(CT's),meter and meter wiring 37 f. Furnishing and installing secondary conductors from power company pole to 38 electrical equipment enclosure. 39 g. Terminating secondary cables to the service transformer 40 h. Furnishing meter base and enclosure 41 3. Contractor responsibilities 42 a. Furnishing and installing secondary conduits from power company pole to 43 electrical equipment enclosure. 44 b. Furnishing and installing power company approved metering current 45 transformer enclosure(if required by power company) CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-9 COMMON WORK RESULTS FOR ELECTRICAL Page 9 of 11 1 c. Installing meter base 2 d. Furnishing and installing an empty conduit with pull line from the metering 3 current transformer enclosure to the meter enclosure. Conduit size and type 4 approved by the power company 5 e. Coordinating electrical service installation with power company 6 4. City responsibilities 7 a. Negotiating with power company for the costs of new or revised services 8 b. Making payment directly to power company for such costs 9 C. Codes,Inspections and Fees 10 1. Obtain all necessary permits and pay all fees required for permits and inspections. 11 1.14 SUBMITTALS [NOT USED] 12 1.15 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.16 CLOSEOUT SUBMITTALS [NOT USED] 14 1.17 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.18 QUALITY ASSURANCE 16 A. Materials and Equipment 17 1. New,except where specifically identified on the Drawings to be reused. 18 2. UL listed,where such listing exists. 19 3. Electrical service 20 a. Service type shall be as shown on the Drawings. 21 1.19 DELIVERY,STORAGE,AND HANDLING [NOT USED] 22 1.20 FIELD CONDITIONS [NOT USED] 23 1.21 WARRANTY 24 A. Refer to Standard General Conditions of the Construction Contract for warranty 25 requirements. 26 B. Warranty for sports lighting system exceeds standard warranty requirement and is 27 described in Section 26 56 68. 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-10 COMMON WORK RESULTS FOR ELECTRICAL Page 10 of 11 1 3.2 EXAMINATION 2 A. Interpretation of Drawings 3 1. Coordinate the conduit installation with other trades and the actual supplied 4 equipment. 5 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 6 raceway installation. 7 3. Verify exact locations and mounting heights of lighting fixtures,switches and 8 receptacles prior to installation. 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. Phase Balancing 12 1. Connect circuits on panelboards to result in evenly balanced loads across all phases. 13 3.5 REPAIR/RESTORATION [NOT USED] 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 16 3.8 SYSTEM STARTUP 17 A. Tests and Settings 18 1. Test systems and equipment furnished under Division 26. 19 2. Repair or replace all defective work. 20 3. Make adjustments to the systems as specified and/or required. 21 4. Prior to energizing electrical equipment,make all tests required by the individual 22 Specification sections. 23 a. Submit a sample test form or procedure. 24 b. Submit the required test reports and data within 30 days after the test. 25 c. Include names of all test personnel. 26 d. Initial each test. 27 5. Check wire and cable terminations for tightness. 28 6. Verify all terminations at transformers,equipment, capacitor connections,panels, 29 and enclosures by producing a 12 3 rotation on a phase sequence motor when 30 connected to A,B,and C phases. 31 7. Inspect,set,and test mechanical operation for circuit breakers,disconnect switches, 32 and control equipment. 33 8. Check interlocking,control and instrument wiring for each system and/or part of a 34 system to prove that the system will function properly as indicated by schematic 35 and wiring diagrams. 36 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 37 10. Provide qualified test personnel,instruments and test equipment. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260500-11 COMMON WORK RESULTS FOR ELECTRICAL Page 11 of 11 1 11. Refer to the individual equipment Sections for additional specific testing 2 requirements. 3 3.9 ADJUSTING [NOT USED] 4 3.10 CLEANING [NOT USED] 5 3.11 CLOSEOUT ACTIVITIES [NOT USED] 6 3.12 PROTECTION [NOT USED] 7 3.13 MAINTENANCE [NOT USED] 8 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 260510-1 DEMOLITION FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 0510 2 DEMOLITION FOR ELECTRICAL SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish,install and test all equipment,wiring and appurtenances as may be required 7 to perform the electrical demolition shown on the Drawings and as specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 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 REFERENCES 14 A. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification,unless a date is specifically cited. 18 2. National Fire Protection Association(NFPA) 19 a. 70,National Electrical Code(NEC) 20 1.3 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Coordinate with the City or their designee 48 hours in advance of removals. 23 2. Coordinate with other Trades for removal of electrical services in conjunction with 24 the removal of the associated equipment. 25 1.4 SUBMITTALS [NOT USED] 26 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.6 CLOSEOUT SUBMITTALS [NOT USED] 28 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.8 QUALITY ASSURANCE [NOT USED] 30 1.9 DELIVERY,STORAGE,AND HANDLING 31 A. Delivery and Acceptance Requirements 32 1. All salvage materials will be delivered by the Contractor to the City at a location 33 designated by the Inspector. The Inspector, assisted by authorized representatives, 34 will serve as the receiving agent for salvage material. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260510-2 DEMOLITION FOR ELECTRICAL SYSTEMS Page 2 of 4 1 1.10 FIELD [SITE] CONDITIONS [NOT USED] 2 1.11 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION 7 A. Verify field measurements and circuiting arrangements. 8 B. Verify that abandoned wiring and equipment serve only abandoned facilities. 9 C. Report Drawing discrepancies to City before disturbing the existing installation. 10 3.3 PREPARATION 11 A. Disconnect electrical systems scheduled for removal. 12 B. Coordinate utility service outages with Utility Company to minimize length and number 13 of outages. 14 C. Provide temporary wiring and connections to maintain existing systems in service 15 during construction. 16 D. When work must be performed on energized equipment or circuits,use personnel 17 experienced in such operations. 18 E. Existing Electrical Service: Maintain existing system in service until new system is 19 complete and ready for service. 20 F. Disable system only to make switchovers and connections. 21 G. Obtain permission from City at least 1 week in advance,before partially or completely 22 disabling system. 23 3.4 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK 24 A. Remove,relocate and extend existing installations to accommodate new construction. 25 B. Remove abandoned wiring to source of supply. 26 C. Disconnect and remove abandoned panelboards and distribution equipment. 27 D. Disconnect and remove electrical devices and equipment that has been removed. 28 E. Repair adjacent construction and finishes damaged during demolition and extension 29 work. 30 F. Maintain access to existing installations which remain active.Modify installation or 31 provide access to panels as appropriate. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 2605 10-3 DEMOLITION FOR ELECTRICAL SYSTEMS Page 3 of 4 1 G. Where the demolition or revision of any portion of a raceway or box in the raceway 2 system,in an area,causes the raceway system of the area to no longer comply with the 3 classification or Specification requirements of the area,provide and install such boxes, 4 fittings,etc. as may be necessary to return the raceway system to compliance with 5 Specifications. 6 H. Extend existing installations using materials and methods as specified for new Work. 7 I. Minimize noise,dust, and vibration and conduct the work so as to avoid any damage to 8 the surroundings. 9 J. Salvaged Equipment and Materials 10 1. The City shall have the right to retain any or all electrical and instrumentation 11 equipment shown or specified to be removed from the site. 12 2. Deliver the City's equipment to a site designated by the City. 13 3. If the City refuses the salvage,the Contractor must claim ownership of the 14 materials and dispose of them properly. 15 4. Prior to starting demolition,the Contractor and City shall jointly visit the areas of 16 demolition and the City will designate those items that are to remain the property of 17 the City. 18 5. Take necessary precautions in removing City designated property to prevent 19 damage during the demolition process. 20 a. Remove steel structural members by unbolting,cutting welds,or cutting rivet 21 heads and punching shanks through holes. 22 b. Do not use a cutting torch to separate the City's equipment or material. 23 6. Remove items in 1 piece or in a manner that does not impact their reuse. 24 a. Loose components may be removed separately. 25 b. Controls and electrical equipment may be removed from the equipment and 26 handled separately. 27 c. Large units may be handled separately. 28 d. Salvaged piping shall be taken apart at flanges or fittings and removed in 29 sections. 30 K. Material removed from the construction site during demolition,and any equipment not 31 otherwise designated to remain the property of the City in accordance with the pre- 32 demolition identification process shall become the property of the Contractor,and shall 33 be promptly removed from the construction site. 34 L. Refurbish and replace any existing facility,to be left in place,which is damaged by the 35 demolition operations. 36 1. The repair of such damage shall leave the parts in a condition at least equal to that 37 found at the start of the work. 38 3.5 RE-INSTALLATION [NOT USED] 39 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 40 3.7 SYSTEM STARTUP [NOT USED] 41 3.8 ADJUSTING [NOT USED] 42 3.9 CLEANING [NOT USED] CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260510-4 DEMOLITION FOR ELECTRICAL SYSTEMS Page 4 of 4 1 3.10 CLOSEOUT ACTIVITIES [NOT USED] 2 3.11 PROTECTION [NOT USED] 3 3.12 MAINTENANCE [NOT USED] 4 3.13 ATTACHMENTS [NOT USED] 5 END OF SECTION CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 2605 19-1 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 1 of 4 1 SECTION 26 0519 2 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract,including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A. Measurement and Payment 9 B. Lump sum 10 1. For pay item under 26 05 19,also include work in Sections 26 05 26. 11 1.3 SUMMARY 12 A. This Section includes the following: 13 1. Building wires and cables rated 600 V and less. 14 2. Connectors, splices, and terminations rated 600 V and less. 15 3. Sleeves and sleeve seals for cables. 16 1.4 DEFINITIONS 17 A. EPDM: Ethylene-propylene-diene terpolymer rubber. 18 B. NBR: Acrylonitrile-butadiene rubber. 19 1.5 SUBMITTALS 20 A. Product Data: For each type of product indicated. 21 B. Qualification Data: For testing agency. 22 C. Field quality-control test reports. 23 1.6 QUALITY ASSURANCE 24 A. Testing Agency Qualifications: An independent agency, with the experience and 25 capability to conduct the testing indicated, that is a member company of the Trail Drivers Park Improvements 002475 260519-2 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 2 of 4 1 International Electrical Testing Association or is a nationally recognized testing 2 laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to 3 authorities having jurisdiction. 4 1. Testing Agency's Field Supervisor: Person currently certified by the 5 International Electrical Testing Association or the National Institute for 6 Certification in Engineering Technologies to supervise on-site testing specified in 7 Part 3. 8 B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 9 NFPA 70, Article 100,by a testing agency acceptable to authorities having jurisdiction, 10 and marked for intended use. 11 C. Comply with NFPA 70. 12 1.7 WARRANTY 13 A. Refer to Standard General Conditions of the Construction Contract for warranty 14 requirements. 15 PART 2-PRODUCTS 16 2.1 CONDUCTORS AND CABLES 17 A. Available Manufacturers: 18 1. Alcan Products Corporation;Alcan Cable Division. 19 2. American Insulated Wire Corp.; a Leviton Company. 20 3. General Cable Corporation. 21 4. Senator Wire&Cable Company. 22 5. Southwire Company. 23 B. Copper Conductors: Comply with NEMA WC 70. 24 1. Branch circuits and feeders shall be copper. 25 C. Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN,XHHW. 26 2.2 CONNECTORS AND SPLICES 27 A. Acceptable Manufacturers: 28 1. AFC Cable Systems,Inc. 29 2. Hubbell Power Systems,Inc. 30 3. O-Z/Gedney;EGS Electrical Group LLC. 31 4. 3M; Electrical Products Division. 32 5. Tyco Electronics Corp. 33 B. Factory-fabricated connectors and splices of size, ampacity rating, material, type, and 34 class for application and service indicated. Trail Drivers Park Improvements 002475 260519-3 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 3 of 4 1 C. Use compression fittings with heat shrink for all connections in poles. Do not use 2 Scotchlok type connectors. 3 PART 3 -EXECUTION 4 3.1 CONDUCTOR MATERIAL APPLICATIONS 5 A. Feeders: Aluminum. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and 6 larger. 7 B. Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG 8 and larger. 9 3.2 CONDUCTOR INSULATION AND WIRING METHODS 10 A. Service Entrance and Underground Feeders: Type THHN-THWN, single conductors in 11 raceway or Type XHHW,single conductors in raceway. 12 B. Branch Circuits: Type THHN-THWN, single conductors in raceway. 13 C. Branch Circuits Concealed in Concrete, below Slabs-on-Grade, and Underground: 14 Type THHN-THWN, single conductors in raceway. 15 D. Class 1 Control Circuits: Type THHN-THWN, in raceway. 16 E. Class 2 Control Circuits: Type THHN-THWN, in raceway. 17 3.3 INSTALLATION OF CONDUCTORS 18 A. Use manufacturer-approved pulling compound or lubricant where necessary; compound 19 used must not deteriorate conductor or insulation. Do not exceed manufacturer's 20 recommended maximum pulling tensions and sidewall pressure values. 21 B. Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips, 22 that will not damage raceway. 23 C. Identify and color-code conductors according to Division 26 Section "Identification for 24 Electrical Systems." 25 3.4 CONNECTIONS 26 A. Tighten electrical connectors and terminals according to manufacturer's published 27 torque-tightening values. If manufacturer's torque values are not indicated, use those 28 specified in UL 486A and UL 486B. Trail Drivers Park Improvements 002475 2605 19-4 LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES Page 4 of 4 1 B. Make splices and taps that are compatible with conductor material and that possess 2 equivalent or better mechanical strength and insulation ratings than unspliced 3 conductors. 4 3.5 FIELD QUALITY CONTROL 5 A. Testing Agency: Engage a qualified testing agency to perform tests and inspections and 6 prepare test reports. 7 B. Perform tests and inspections and prepare test reports. 8 C. Tests and Inspections: 9 1. After installing conductors and before electrical circuitry has been energized, 10 test service entrance and feeder conductors for compliance with requirements. 11 2. Perform each visual and mechanical inspection and electrical test stated in NETA 12 Acceptance Testing Specification. Certify compliance with test parameters. 13 3. Provide megger testing of all feeder and branch circuit conductors. 14 D. Test Reports: Prepare a written report to record the following: 15 1. Test procedures used. 16 2. Test results that comply with requirements. 17 3. Test results that do not comply with requirements and corrective action taken to 18 achieve compliance with requirements. 19 E. Remove and replace malfunctioning units and retest as specified above. 20 END OF SECTION Trail Drivers Park Improvements 002475 260526-1 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Pagel of 5 1 SECTION 26 05 26 2 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. This Section includes methods and materials for grounding systems and equipment. 9 1.3 SUBMITTALS 10 A. Product Data: For each type of product indicated. 11 B. Other Informational Submittals: Plans showing dimensioned as-built locations of 12 grounding features specified in Part 3 "Field Quality Control" Article, including the 13 following: 14 1. Ground rods. 15 2. Ufer ground. 16 3. Grounding arrangements and connections for separately derived systems. 17 C. Qualification Data: For testing agency and testing agency's field supervisor. 18 D. Field quality-control test reports. 19 E. Operation and Maintenance Data: For grounding to include the following in 20 emergency,operation,and maintenance manuals: 21 1. Instructions for periodic testing and inspection of grounding features at ground 22 rods and grounding connections for separately derived systems based on 23 NFPA 7013. 24 a. Tests shall be to determine if ground resistance or impedance values 25 remain within specified maximums, and instructions shall recommend 26 corrective action if they do not. 27 b. Include recommended testing intervals. 28 1.4 QUALITY ASSURANCE 29 A. Testing Agency Qualifications: An independent agency, with the experience and 30 capability to conduct the testing indicated, that is a member company of the 31 International Electrical Testing Association or is a nationally recognized testing Trail Drivers Park Improvements 002475 260526-2 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 2 of 5 1 laboratory (NRTL) as defined by OSHA in 29 CFR 1910.7, and that is acceptable to 2 authorities having jurisdiction. 3 1. Testing Agency's Field Supervisor: Person currently certified by the 4 InterNational Electrical Testing Association to supervise on-site testing specified 5 in Part 3. 6 B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 7 NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, 8 and marked for intended use. 9 C. Comply with UL 467 for grounding and bonding materials and equipment. 10 1.5 WARRANTY 11 A. Refer to Standard General Conditions of the Construction Contract for warranty 12 requirements. 13 PART2-PRODUCTS 14 2.1 CONDUCTORS 15 A. Insulated Conductors: Copper or tinned-copper wire or cable insulated for 600 V 16 unless otherwise required by applicable Code or authorities having jurisdiction. 17 B. Bare Copper Conductors: 18 1. Solid Conductors: ASTM B 3. 19 2. Stranded Conductors: ASTM B 8. 20 3. Tinned Conductors: ASTM B 33. 21 4. Bonding Conductor: No.4 or No. 6 AWG, stranded conductor. 22 5. Bonding Jumper: Copper tape, braided conductors, terminated with copper 23 ferrules. 24 6. Tinned Bonding Jumper: Tinned-copper tape, braided conductors, terminated 25 with copper ferrules. 26 C. Grounding Bus: Rectangular bars of annealed copper in electrical equipment enclosure 27 with stand-off insulators. 28 2.2 CONNECTORS 29 A. Listed and labeled by a nationally recognized testing laboratory acceptable to 30 authorities having jurisdiction for applications in which used, and for specific types, 31 sizes, and combinations of conductors and other items connected. 32 B. Bolted Connectors for Conductors and Pipes: Copper or copper alloy,bolted pressure- 33 type,with at least two bolts. 34 1. Pipe Connectors: Clamp type,sized for pipe. Trail Drivers Park Improvements 002475 260526-3 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 3 of 5 1 C. Welded Connectors: Exothermic-welding kits of types recommended by kit 2 manufacturer for materials being joined and installation conditions. 3 2.3 GROUNDING ELECTRODES 4 A. Ground Rods: Copper-clad steel; 3/4 inch by10 feet in diameter. 5 PART 3-EXECUTION 6 3.1 APPLICATIONS 7 A. Conductors: Install solid conductor for No. 8 AWG and smaller, and stranded 8 conductors for No. 6 AWG and larger,unless otherwise indicated. 9 B. Underground Grounding Conductors: Install bare tinned-copper conductor, 10 No. 3/0 AWG minimum. 11 1. Bury at least 24 inches below grade. 12 C. Grounding Bus: Install in electrical equipment enclosure. 13 1. Install bus on insulated spacers 1 inch minimum, from enclosure surface and 6 14 inches above pad,unless otherwise indicated. 15 2. Grounding bus shall be 114 11 x 2"x 8". 16 3. Bond to ground rods and Ufer ground using 3/0 copper. 17 D. Conductor Terminations and Connections: 18 1. Pipe and Equipment Grounding Conductor Terminations: Bolted connectors. 19 2. Underground Connections: Welded connectors. 20 3. Connections to ground rods:Welded connectors. 21 4. Connections to Structural Steel: Welded connectors. 22 3.2 EQUIPMENT GROUNDING 23 A. Install insulated equipment grounding conductors with all feeders and branch circuits. 24 B. Install insulated equipment grounding conductors with the following items, in addition 25 to those required by NFPA 70: 26 1. Feeders and branch circuits. 27 2. Motor branch circuits. 28 C. Metal Poles Supporting Outdoor Lighting Fixtures: Install grounding electrode and a 29 separate insulated equipment grounding conductor in addition to grounding conductor 30 installed with branch-circuit conductors. Trail Drivers Park Improvements 002475 260526-4 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 4 of 5 1 3.3 INSTALLATION 2 A. Grounding Conductors: Route along shortest and straightest paths possible, unless 3 otherwise indicated or required by Code. Avoid obstructing access or placing 4 conductors where they may be subjected to strain,impact,or damage. 5 B. Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade, 6 unless otherwise indicated. 7 1. Interconnect ground rods with grounding electrode conductor below grade and as 8 otherwise indicated. Make connections without exposing steel or damaging 9 coating,if any. 10 2. For grounding electrode system, install at least three rods spaced at least one-rod 11 length from each other and located at least the same distance from other 12 grounding electrodes, and connect to the service grounding electrode conductor. 13 C. Bonding Straps and Jumpers: Install in locations accessible for inspection and 14 maintenance,except where routed through short lengths of conduit. 15 1. Bonding to Enclosure and Structures: Bond straps directly to basic structure, 16 taking care not to penetrate any adjacent parts. 17 2. Use exothermic-welded connectors for outdoor locations. 18 D. Ufer Ground (Concrete-Encased Grounding Electrode): Fabricate according to 19 NFPA 70, using a minimum of 20 feet of bare copper conductor not smaller than 20 No.4 AWG. 21 1. If concrete foundation is less than 20 feet long,coil excess conductor within base 22 of foundation. 23 2. Bond grounding conductor to reinforcing steel in at least four locations and to 24 anchor bolts. Extend grounding conductor below grade and connect to grounding 25 electrode system. 26 3.4 FIELD QUALITY CONTROL 27 A. Testing Agency: Engage a qualified testing and inspecting agency to perform the 28 following field tests and inspections and prepare test reports: 29 B. Perform the following tests and inspections and prepare test reports: 30 1. After installing grounding system but before permanent electrical circuits have 31 been energized,test for compliance with requirements. 32 2. Test completed grounding system at each location where a maximum ground- 33 resistance level is specified, at service disconnect enclosure grounding 34 terminal,and at individual ground rods. Make tests at ground rods before any 35 conductors are connected. 36 a. Measure ground resistance not less than two full days after last trace of 37 precipitation and without soil being moistened by any means other than 38 natural drainage or seepage and without chemical treatment or other 39 artificial means of reducing natural ground resistance. 40 b. Perform tests by fall-of-potential method according to IEEE 81. 41 3. Prepare dimensioned drawings locating each ground rod and ground rod 42 assembly, and other grounding electrodes. Identify each by letter in alphabetical 43 order, and key to the record of tests and observations. Include the number of Trail Drivers Park Improvements 002475 260526-5 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS Page 5 of 5 1 rods driven and their depth at each location, and include observations of weather 2 and other phenomena that may affect test results. Describe measures taken to 3 improve test results. 4 C. Report measured ground resistances that exceed 2 ohms. 5 D. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify 6 Architect promptly and include recommendations to reduce ground resistance. 7 END OF SECTION Trail Drivers Park Improvements 002475 260529-1 SUPPORTS FOR ELECTRICAL SYSTEMS Page 1 of 4 1 SECTION 26 05 29 2 SUPPORTS FOR ELECTRICAL SYSTEMS 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. This Section includes the following: 9 1. Supports for electrical equipment and systems. 10 2. Construction requirements for concrete bases. 11 1.3 DEFINITIONS 12 A. IMC: Intermediate metal conduit. 13 B. RMC: Rigid metal conduit. 14 1.4 PERFORMANCE REQUIREMENTS 15 A. Design equipment supports capable of supporting combined operating weight of 16 supported equipment and connected systems and components. 17 B. Rated Strength: Adequate in tension, shear, and pullout force to resist maximum loads 18 calculated or imposed for this Project, with a minimum structural safety factor of five 19 times the applied force. 20 1.5 QUALITY ASSURANCE 21 A. Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, 22 "Structural Welding Code-Steel." 23 B. Comply with NFPA 70. 24 1.6 WARRANTY 25 A. Refer to Standard General Conditions of the Construction Contract for warranty 26 requirements. Trail Drivers Park Improvements 002475 260529-2 SUPPORTS FOR ELECTRICAL SYSTEMS Page 2 of 4 1 PART 2-PRODUCTS 2 2.1 SUPPORT,ANCHORAGE,AND ATTACHMENT COMPONENTS 3 A. Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components 4 for field assembly. 5 1. Available Manufacturers: 6 a. Allied Tube&Conduit. 7 b. Cooper B-Line,Inc.;a division of Cooper Industries. 8 C. ERICO International Corporation. 9 d. GS Metals Corp. 10 e. Thomas&Betts Corporation. 11 f. Unistrut; Tyco International,Ltd. 12 g. Wesanco,Inc. 13 2. Metallic Coatings: Hot-dip galvanized after fabrication and applied according to 14 MFMA-4. 15 B. Raceway and Cable Supports: As described in NECA 1 and NECA 101. 16 C. Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, 17 designed for types and sizes of raceway or cable to be supported. 18 D. Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel 19 plates,shapes,and bars; galvanized. 20 E. Mounting, Anchoring, and Attachment Components: Items for fastening electrical 21 items or their supports to building surfaces include the following: 22 1. Powder-Actuated Fasteners: Threaded-steel stud, for use in hardened portland 23 cement concrete, steel, or wood, with tension, shear, and pullout capacities 24 appropriate for supported loads and building materials where used. 25 a. Available Manufacturers: 26 1) Hilti Inc. 27 2) ITW Ramset/Red Head;a division of Illinois Tool Works,Inc. 28 3) MKT Fastening,LLC. 29 4) Simpson Strong-Tie Co.,Inc.;Masterset Fastening Systems Unit. 30 2. Mechanical-Expansion Anchors: Insert-wedge-type stainless steel, for use in 31 hardened portland cement concrete with tension, shear, and pullout capacities 32 appropriate for supported loads and building materials in which used. 33 a. Available Manufacturers: 34 1) Cooper B-Line,Inc.;a division of Cooper Industries. 35 2) Empire Tool and Manufacturing Co.,Inc. 36 3) Hilti Inc. 37 4) ITW Ramset/Red Head;a division of Illinois Tool Works,Inc. 38 5) MKT Fastening,LLC. 39 3. Concrete Inserts: Steel or malleable-iron, slotted support system units similar to 40 MSS Type 18; complying with MFMA-4 or MSS SP-58. 41 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable 42 for attached structural element. 43 5. Through Bolts: Structural type, hex head, and high strength. Comply with 44 ASTM A 325. Trail Drivers Park Improvements 002475 260529-3 SUPPORTS FOR ELECTRICAL SYSTEMS Page 3 of 4 1 6. Toggle Bolts: All-steel springhead type. 2 2.2 FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES 3 A. Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit 4 dimensions of supported equipment. 5 B. Materials: Comply with requirements in Division 05 Section "Metal Fabrications" for 6 steel shapes and plates. 7 PART 3 -EXECUTION 8 3.1 APPLICATION 9 A. Comply with NECA 1 and NECA 101 for application of hangers and supports for 10 electrical equipment and systems except if requirements in this Section are stricter. 11 B. Spring-steel clamps not permitted. 12 3.2 SUPPORT INSTALLATION 13 A. Comply with NECA 1 and NECA 101 for installation requirements except as specified 14 in this Article. 15 B. Raceway Support Methods: In addition to methods described in NECA 1, IMC, and 16 RMC may be supported by openings through structure members, as permitted in 17 NFPA 70. 18 C. Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor 19 and fasten electrical items and their supports to structural elements by the following 20 methods unless otherwise indicated by code: 21 1. To New Concrete: Bolt to concrete inserts. 22 2. To Steel: Beam clamps (MSS Type 19, 21, 23, 25, or 27) complying with 23 MSS SP-69. 24 3. To Light Steel: Sheet metal screws. 25 4. Items Mounted on Nonstructural Surfaces: Mount cabinets, panelboards, 26 disconnect switches, control enclosures, pull and junction boxes, and other 27 devices on slotted-channel racks attached to substrate. 28 D. Drill holes for expansion anchors in concrete at locations and to depths that avoid 29 reinforcing bars. Trail Drivers Park Improvements 002475 260529-4 SUPPORTS FOR ELECTRICAL SYSTEMS Page 4 of 4 1 3.3 CONCRETE PADS 2 A. Construct concrete pads of dimensions indicated but not less than 6 inches larger in 3 both directions than supported unit, and so anchors will be a minimum of 10 bolt 4 diameters from edge of the base. 5 B. Use 3000-psi, 28-day compressive-strength concrete. Concrete materials, 6 reinforcement, and placement requirements are specified in Division 03 Section "Cast- 7 in-Place Concrete". 8 C. Anchor equipment to concrete pad. 9 1. Place and secure anchorage devices. Use supported equipment manufacturer's 10 setting drawings,templates, diagrams, instructions, and directions furnished with 11 items to be embedded. 12 2. Install anchor bolts to elevations required for proper attachment to supported 13 equipment. 14 3. Install anchor bolts according to anchor-bolt manufacturer's written instructions. 15 3.4 PAINTING 16 A. Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas 17 immediately after erecting hangers and supports. Use same materials as used for shop 18 painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces. 19 1. Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils. 20 B. Touchup: Cleaning and touchup painting of field welds, bolted connections, and 21 abraded areas of shop paint on miscellaneous metal. 22 C. Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply 23 galvanizing-repair paint to comply with ASTM A 780. 24 END OF SECTION Trail Drivers Park Improvements 002475 260533-1 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page I of 10 1 SECTION 26 05 33 2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install complete raceway systems as shown on the Drawings and as 7 specified herein. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. 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 26 05 43—Underground Ducts and Raceways for Electrical Systems 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Lump sum 17 2. For pay item under 26 05 33,also include work in Sections 26 05 43. 18 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. American National Standards Institute,Inc. (ANSI). 25 a. ANSI C80.5,American National Standard for Electrical Rigid Aluminum 26 Conduit(ERAC). 27 3. National Electrical Manufacturers Association(NEMA). 28 a. 250,Enclosures for Electrical Equipment(1000 Volt Maximum). 29 b. C80.1,Electrical Rigid Steel Conduit. 30 c. TC-2,Electrical Polyvinyl Chloride(PVC)Tubing and Conduit. 31 d. TC-3,Polyvinyl Chloride(PVC)Fittings for Use with Rigid PVC Conduit and 32 Tubing. 33 e. TC-7,Smooth-Walled Coilable Electrical Polyethylene Conduit. 34 4. National Fire Protection Association(NFPA) 35 a. 70—National Electrical Code(NEC). 36 1) Article 350,Liquidtight Flexible Metal Conduit: Type LFMC. 37 2) Chapter 9,Tables. 38 5. Underwriters Laboratories(UL) 39 a. 6,Electrical Rigid Metal Conduit—Steel. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-2 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 2 of 10 1 b. 514B, Conduit,Tubing and Cable Fittings. 2 c. 651, Standard for Schedule 40 and 80 Rigid PVC Conduit. 3 B. All equipment components and completed assemblies specified in this Section of the 4 Specifications shall bear the appropriate label of UL. 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 6 1.5 SUBMITTALS [NOT USED] 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 8 A. Product Data 9 1. Submit to the City, in accordance with Division 1,the manufacturers'names and 10 product designation or catalog numbers of all materials specified. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE 14 A. Qualifications 15 1. Manufacturers 16 a. Refer to Specification Section 0160 00 for listing of approved manufacturers 17 for all materials. 18 1.10 DELIVERY,STORAGE,AND HANDLING 19 A. Storage and Handling Requirements 20 1. Handling: In accordance with manufacturer's instructions. 21 2. Storage 22 a. In accordance with manufacturer's instructions 23 b. Not exposed to sunlight 24 c. Completely covered 25 3. Materials showing signs of previous or jobsite exposure will be rejected. 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 1. Refer to Standard General Conditions of the Construction Contract for warranty 29 requirements. 30 PART 2- PRODUCTS 31 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 32 2.2 CONDUIT 33 A. Liquidtight Steel Flexible Metal Conduit 34 1. Interlocked steel core 35 2. PVC jacket rated for 80 degrees Celsius 36 3. Complies with NEC Article 350 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-3 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 3 of 10 1 4. Fittings 2 5. Extruded from 6063 T-1 alloy 3 6. Maximum 0.1 percent copper content 4 7. Conform to: 5 a. ANSI C8O.5 6 b. UL-6 7 B. Rigid Steel Conduit 8 1. Hot dip galvanized 9 2. Threads:Hot galvanized after cutting 10 3. Conforms to: 11 a. NEMA C80.1 12 C. Rigid PVC Schedule 80 Conduit 13 1. Designed for use above ground and underground as described in the NEC 14 2. Resistant to sunlight 15 3. UL Labeled 16 4. Conforms to: 17 a. NEMA TC-2 18 b. UL 651 19 5. Fittings conform to: 20 a. NEMA TC-3 21 b. UL 514B 22 D. Rigid PVC Schedule 40 Conduit 23 1. Designed for use underground as described in the NEC 24 2. Resistant to sunlight 25 3. UL Labeled. 26 4. Conforms to: 27 a. NEMA TC-2 28 b. UL 651 29 5. Fittings conform to: 30 a. NEMA TC-3 31 b. UL 514B 32 E. Raceway Boxes 33 1. Use:Exposed raceway systems only 34 2. Boxes for underground systems: Refer to Section 26 05 43. 35 3. Box size 36 a. Distance between each raceway entry inside the box and the opposite wall:Not 37 be less than 6 times the trade size of the largest raceway in a row. 38 b. Distance shall be increased for additional entries by the amount of the sum of 39 the diameters of all other raceway entries in the same row on the same wall of 40 the box. 41 c. Each row calculated individually,and the single row that provides the 42 maximum distance used to size box. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-4 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 4 of 10 1 2.3 ACCESSORIES 2 A. Conduit Outlet Bodies 3 1. Up to and including 2-1/2 inches 4 a. Conduit outlet bodies and covers: Galvanized steel 5 b. Captive screw-clamp cover 6 c. Neoprene gasket 7 d. Stainless steel screws and clamps 8 2. Larger than 2-1/2 inches 9 a. Use junction boxes. 10 B. Conduit Hubs 11 1. Watertight 12 2. Threaded galvanized steel 13 3. Insulated throat 14 4. Stainless steel grounding screw 15 C. Grounding Bushings 16 1. Insulated lay-in lug grounding bushings 17 2. Tin-plated copper grounding path 18 3. Integrally molded noncombustible phenolic insulated surfaces rated 150 degrees 19 Celsius 20 4. Plastic insert cap each bushing 21 5. Lug size: Sufficient to accommodate maximum ground wire size required by the 22 NEC for the application 23 D. Raceway Sealant 24 1. Use for sealing of raceway hubs,entering or terminating in boxes or enclosures 25 where shown or specified 26 E. Conduit Penetration Seals 27 1. Use for conduit floor seals 28 F. Conduit and related hardware 29 1. All polyvinyl chloride conduits,including elbows and couplings shall be schedule 30 40 PVC conduit,conforming to Federal Specification W-C-1094 and Underwriters' 31 Laboratories,Inc. Standard UL-651. All conduit sizes shall be as indicated on the 32 Drawings. 33 2. Rigid metal conduit shall be steel,hot-dipped galvanized inside and outside. 34 G. Expansion/Deflection Fittings 35 1. Use 36 a. Embedded in concrete 37 b. Exposed 38 2. Description 39 a. Internal grounding 40 b. 4 inch movement 41 c. Stainless steel/cast iron CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-5 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 5 of 10 1 H. Expansion Fittings 2 1. Galvanized steel 3 2. 8 inch movement 4 3. Internal grounding 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 APPLICATION 11 A. Interface with Other Work 12 1. Coordinate the placement of conduit and related components with other trades and 13 existing installations. 14 B. Unless shown on the Drawings or specified otherwise,the conduit type installed with 15 respect to the location shall be as follows: 16 1. Underground, 18 inches or more cover: Rigid PVC Schedule 40 17 2. Underground,less than 18 inches cover: Rigid PVC Schedule 80 18 3. Exposed: Rigid galvanized steel 19 4. Final connection to equipment subject to vibration: Liquidtight Steel Flexible Metal 20 Conduit 21 C. Box Applications 22 1. Furnish raceway junction,pull and terminal boxes with NEMA ratings for the 23 location in which they are installed. 24 2. Exposed boxes and conduit fittings within electrical equipment enclosure: 25 Galvanized steel 26 3. Furnish boxes with factory mounting lugs. Drilling through the back of any box or 27 enclosure is prohibited 28 D. Conduit Outlet Bodies Applications 29 1. Conduits up to and including 2-1/2 inches: Conduit outlet bodies may be used, 30 except where junction boxes are shown or otherwise specified 31 2. Conduits larger than 2-1/2 inches:Use junction boxes 32 E. Conduit Hub Applications 33 1. Unless specifically stated herein or described on the Drawings,all raceways shall 34 terminate at an outlet with a conduit hub. Locknut or double locknut terminations 35 will not be permitted. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-6 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 6 of 10 1 F. Insulated Grounding Bushing Applications 2 1. Use: Terminate raceways at bottom entry to pad-mounted electrical equipment or 3 switchgear,if there is no wall or floor pan on which to anchor or terminate the 4 raceway. 5 2. Other raceways:Terminate on enclosures with a conduit hub. 6 3. Grounding bushing caps: Remain on the bushing until the wire is ready to be 7 pulled. 8 G. Conduit Fittings Applications 9 1. Combination expansion deflection fittings: Install on conduit transitions from 10 underground to above ground. 11 2. Expansion fittings: Install in lieu of a combination expansion-deflection fitting,on 12 the exposed side of conduit transitions from underground to above ground,where 13 the earth has been disturbed to a depth of more than 10 feet. 14 H. Conduit Penetration Seals Applications 15 1. Conduit sealing bushings: Use to seal conduit ends exposed to the weather and at 16 other locations shown on the Drawings 17 I. Conduit Tag Applications 18 1. Tag all conduits within 1 foot of the entry of equipment. 19 2. Tag all underground conduits and ducts at all locations,exiting and entering from 20 underground,including poles and electrical equipment enclosure. 21 J. Raceway Installation 22 1. No conduit smaller than 1'/4 inch electrical trade size. Conduit within electrical 23 equipment enclosure for 120 volt circuits serving exhaust fan and controls shall not 24 be smaller than 3/4 inch electrical trade size. 25 2. No more than the equivalent of 3 -90 degree bends in any 1 run. 26 3. Do not pull wire until the conduit system is complete in all details. 27 4. Install all underground raceways in accordance with Section 26 05 43. 28 5. Where raceways enter or leave the raceway system,where the raceway origin or 29 termination, could be subjected to the entry of moisture,rain or liquid of any type, 30 particularly where the termination of such raceways terminate in any equipment, 31 new or existing at a lower elevation,such raceways shall be tightly sealed,using 32 watertight sealant(Duxseal or equal),at the higher elevation,both before and after 33 the installation of cables,such that there shall be no entry of water or moisture to 34 the Raceway System at any time.Any damage to new or existing equipment,due to 35 the entrance of moisture from unsealed raceways, shall be corrected by complete 36 replacement of such equipment,at no cost to the City. Cleaning or drying of such 37 damaged equipment will not be acceptable. 38 6. Conduit supports,for other than for underground raceways: Space at intervals as 39 required to obtain rigid construction. 40 7. Single conduits: Support with 1 hole pipe clamps in combination with 1 screw back 41 plates,to raise conduits from the surface. 42 8. Surface mounted panel boxes,junction boxes,and conduit: Supported by strut to 43 provide a minimum of 1/2 inch clearance between perforated mounting panel and 44 equipment. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-7 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 7 of 10 1 9. Conduits on exposed work 2 a. Install at right angles to and parallel with the enclosure walls. 3 b. No diagonal runs. 4 c. Install conduit perfectly straight and true. 5 10. Conduits terminated into enclosures: Install perpendicular where flexible liquidtight 6 or rigid conduits are required. 7 a. Do not use short sealtight elbow fittings for such terminations,except for 8 connections to instrumentation transmitters where multiple penetrations are 9 required. 10 11. Use insulated throat grounding bushings for conduits containing equipment 11 grounding conductors and terminating in boxes. Connect grounding conductors to 12 the box. 13 12. Install conduits using threaded fittings.Do not use running threads. 14 13. PVC conduit:Use glued type conduit fittings. 15 14. Liquidtight flexible steel conduit 16 a. Primary and secondary of transformers 17 b. Other equipment where vibration is present 18 c. Connections to instrumentation transmitters,where multiple penetrations are 19 required 20 d. Do not use in other locations. 21 e. Maximum length: Not greater than that of a factory manufactured long radius 22 elbow of the conduit size being used 23 f. Maximum bending radius:Not less than that shown in the NEC Chapter 9, 24 Table 2,"Other Bends". 25 g. Do not use BX or AC type prefabricated cables. 26 15. Conduit ends exposed to the weather: Seal with conduit sealing bushings. 27 16. Raceways terminating in Control Panels or boxes containing electrical equipment 28 a. Do not install to enter from the top of the panel or box. 29 b. Seal with a watertight sealant: Duxseal or equal 30 17. Conduit 31 a. The Contractor will be required to coordinate with all local utility companies, 32 long distance communication companies, City utilities,railroad companies, and 33 Dig Tess if applicable,to ascertain exact locations of conflicting underground 34 services. 35 b. The location of conduits and ground boxes are diagrammatic only and may be 36 shifted by the Inspector to accommodate field conditions. 37 c. The maximum allowable overcut shall be 1 inch(25 mm)in diameter for bores. 38 d. The vertical and horizontal tolerances shall not exceed 18 inches(457 mm)as 39 measured from the intended target point for bores. 40 e. The use of a pneumatically driven device for punching holes beneath the 41 pavement(commonly known as a"missile")will not be permitted. 42 f. Conduit installed for future use shall have a non-metallic,nylon type pull string 43 and shall be capped using standard weather tight conduit caps,as approved by 44 the Inspector. 45 g. The Contractor shall place duct seal or foam at the ends of all conduit where 46 conductors and/or cables are present. 47 h. New Conduit 48 1) All underground conduit shall be schedule 40 PVC conduit. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-8 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 8 of 10 1 2) All conduit or raceways above ground shall be rigid metal. 2 3) All conduit and fittings shall be of the sizes and types shown on the 3 Drawings. 4 4) Each section of conduit shall bear evidence of approval by Underwriter's 5 Laboratories. 6 5) Conduit terminating in posts or pedestal bases shall not extend vertically 7 more than 3 inches above the concrete foundation. 8 6) Field bends in conduit shall have a minimum radius of 12 diameters of the 9 nominal size of the conduit. 10 7) Exposed vertical conduit shall be galvanized rigid metal,and reamed and 11 couplings made tight. PVC conduit shall be joined by the solvent--weld 12 method in accordance with the conduit manufacturer's recommendations. 13 8) No reducer couplings shall be used unless specifically indicated on the 14 Drawings. 15 9) Conduit and fittings shall have burrs and rough places smoothed and shall 16 be clean and free of obstructions before the cable is installed 17 10) Field cuts shall be made with a hacksaw only,and shall be square and true 18 so that the ends will butt or come together for the full diameter thereof. 19 a) In no case shall a cutting torch be used to cut or join conduit. 20 11) Slip joints or running threads will not be permitted for coupling conduit 21 unless approved by the Inspector. 22 12) When a standard coupling cannot be used,an approved union coupling 23 shall be used and shall provide a water-tight coupling between the conduit. 24 13) Couplings shall be properly installed to bring their ends of connected 25 conduit together to produce a good rigid connection throughout the entire 26 length of the conduit run. 27 14)Where the coating on a rigid metal conduit run has been damaged in 28 handling or installation, such damaged parts shall be thoroughly painted 29 with rust preventive paint. 30 15) Ends of conduits shall be capped or plugged until installation of the wire is 31 complete. 32 16)Upon request by the Inspector,the Contractor shall draw a full-size metal 33 wire brush,attached by swivel joint to a pull tape,through the metal 34 conduit to insure that the conduit is clean and free from obstructions. 35 17) Conduits shall be placed in an open trench at a minimum 30 inches depth 36 below the grade. 37 18) Conduit placed for concrete encasement shall be secured and supported in 38 such a manner that the alignment will not be disturbed during placement of 39 the concrete. 40 a) No concrete shall be placed until all of the conduit ends have been 41 capped and all box openings closed. 42 19) PVC conduit,which is to be placed under existing pavement,sidewalks, 43 and driveways,shall be placed by first providing a void through which the 44 PVC conduit shall be inserted. 45 a) The void may be made by boring. 46 b) Use of water or other fluids in connection with the boring operation 47 will be permitted only to lubricate cuttings. 48 c) Water jetting will not be permitted. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260533-9 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 9 of 10 1 20) If it is determined by the Inspector that it is impractical to place the conduit 2 by boring as outlined above due to unforeseen obstructions,written 3 permission may be granted by the Traffic Services Manager or designee for 4 the Contractor to cut the existing pavement. 5 21) Pits for boring shall not be closer than 2 feet(612 mm)to the back of the 6 curb or the outside edge of the shoulder. 7 a) The boring method used shall not interfere with the operation of streets, 8 highways,or other facilities,and shall not weaken or damage any 9 embankment structure, or pavement. 10 22) Backfill-Compaction&Density Test for All Ditchlines 11 a) All ditchlines within paving areas of existing and proposed streets and 12 within 2 feet(600 mm)back of curb are to be mechanically tamped. 13 b) All tamping is to be density controlled to 90 percent standard proctor 14 density at optimum moisture content and no greater than 5 percent 15 optimum or less than 2 percent below optimum. 16 c) All backfill material is to be select native material,6 inches (150 mm) 17 diameter clods and smaller. 18 d) It is permissible to put backfill in 6 inches to 8 inches(150 mm to 400 19 mm)lifts with densities being taken for each 1 feet(300 mm)of 20 compacted material on offsetting stations of 50 feet(15.9 M). 21 23) Provide adequately bent conduit and properly excavate so as to prevent 22 damage to the conduit or conductor by a bend radius which is too short. 23 24) All conduit runs shall be continuous and of the same material(metal only 24 or PVC only). 25 25)Where tying into existing conduit,the Contractor must continue with the 26 same material(metal to metal or PVC to PVC). 27 26) Each length of galvanized rigid metal conduit,where used, shall be reamed 28 and threaded on each end and couplings shall be made up tight. 29 27) White-lead paint or equal shall be used on threads of all joints. 30 28) Metal conduit and fittings shall have the burrs and rough places smoothed. 31 29) Where the coating on a metal conduit run has been damaged in handling or 32 installation, such damaged parts shall be thoroughly painted with rust 33 preventive paint. 34 18. Conduits from external sources entering or leaving a an enclosure: Stub up into the 35 bottom horizontal wireway or other manufacturer designated area, directly below 36 the vertical section in which the conductors are to be terminated. 37 19. Conduit identification platens 38 a. Install on all power,instrumentation, alarm and control conduits at each end of 39 the run and at intermediate junction boxes and manholes. 40 b. Install conduit plates before conductors are pulled into conduits. 41 c. Coordinate exact identification plate location with the City at the time of 42 installation to provide uniformity of placement and ease of reading. 43 20. Pull mandrels through all new conduits 2 inches in diameter and larger pri6r to 44 installing conductors. 45 21. Install 3/16 inch polypropylene pull lines in all new conduits noted as spares or 46 designated for future equipment. 47 22. Install conduit to drain away from the equipment served. If conduit drainage is not 48 possible,use conduit seals to plug the conduits at the point of attachment to the 49 equipment CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 26 05 33-10 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS Page 10 of 10 1 23. Do not use running threads. 2 3.5 REPAIR/RESTORATION [NOT USED] 3 3.6 RE-INSTALLATION [NOT USED] 4 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 5 3.8 SYSTEM STARTUP [NOT USED] 6 3.9 ADJUSTING [NOT USED] 7 3.10 CLEANING [NOT USED] 8 3.11 CLOSEOUT ACTIVITIES [NOT USED] 9 3.12 PROTECTION [NOT USED] 10 3.13 MAINTENANCE [NOT USED] 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 260543-1 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 1 of 5 1 SECTION 26 05 43 2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and install a complete underground system of raceways 7 2. Raceways for use in structural concrete are specified in Section 26 05 33,Raceways 8 and Boxes for Electrical Systems 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 03 30 00—Cast-in-Place Concrete 15 4. Section 26 05 33—Raceways and Boxes for Electrical Systems 16 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification,unless a date is specifically cited. 22 2. American Association of State Highway and Transportation Officials(AASHTO) 23 a. M306—Standard Specification for Drainage Structure Castings. 24 3. Underwriters Laboratories,Inc. (UL). 25 1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED] 26 1.4 SUBMITTALS [NOT USED] 27 1.5 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 28 A. Product Data 29 1. Conduit 30 1.6 CLOSEOUT SUBMITTALS [NOT USED] 31 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.8 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 260543-2 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 2 of 5 1 1.9 DELIVERY,STORAGE,AND HANDLING 2 A. Storage and Handling Requirements 3 1. Handle and store material in accordance with manufacturer's instructions. 4 2. Store materials completely covered;do not expose materials to sunlight. 5 3. Materials showing signs of previous or jobsite exposure will be rejected. 6 1.10 FIELD [SITE] CONDITIONS 7 1.11 WARRANTY 8 A. Refer to Standard General Conditions of the Construction Contract for warranty 9 requirements. 10 PART 2- PRODUCTS 11 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Manufacturers 14 1. Manufacturer List 15 a. Refer to Section 0160 00. 16 B. Conduit 17 1. PVC Schedule 40 18 2. Refer to Section 26 05 33 19 3. Terminators: Same size and type as the raceway 20 C. Polyethylene Waring Tape 21 1. Red polyethylene film 22 2. 2 inches minimum width 23 3. Embedded metallic wire for location tracing 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 INSTALLERS [NOT USED] 28 3.2 EXAMINATION 29 A. Verification of Conditions 30 1. Field verify the routing of all underground conduits before placement 31 2. Modify the routing to avoid underground utilities or above ground objects 32 3. Provide any alternate routing of the duct banks to the City for approval before 33 installation CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 260543-3 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 3 of 5 1 3.3 TRENCH EXCAVATION 2 A. Provide suitable room for installing conduits. 3 B. Furnish and place all sheeting,bracing and supports. 4 C. Excavate material of every description and of whatever substance encountered. 5 D. Pavement: Cut with saw,wheel or pneumatic chisel along straight lines before 6 excavating 7 E. Refer to Section 33 05 10. 8 3.4 INSTALLATION 9 A. Trench Excavation 10 1. Provide suitable room for installing conduits. 11 2. Furnish and place all sheeting,bracing and supports. 12 3. Excavate material of every description and of whatever substance encountered in 13 conformance with Section 33 05 10. 14 4. Pavement 15 a. Cut with saw,wheel or pneumatic chisel along straight lines before excavating. 16 5. Trenching and Compaction shall be in accordance with Section 33 05 10. 17 B. Special Techniques 18 1. Changes of direction 19 a. Less than 20 degrees 20 1) Use hotbox, strictly in conformance with the conduit manufacturer's 21 instructions 22 b. Greater than 20 degrees 23 1) Use long radius bends 24 C. Slopes 25 1. Install raceways to drain away from electrical equipment enclosure. 26 2. Slopes 27 a. At least 3 inches per 100 feet 28 D. Lay raceway lines in trenches on sand bedding. 29 E. Plastic spacers 30 1. Not more than 4 feet apart 31 2. Provide not less than 2 inch clearance between raceways. 32 F. Raceway banks cover: 30 inches 33 G. Blank conduit caps 34 1. Use to seal the ends of all unused conduits 35 2. Installed where ducts enter electrical equipment enclosure 36 H. Raceways entering or exiting the underground system,rising to higher elevation 37 1. Seal at higher elevation before and after the installation of cables 38 2. No entry of water or moisture to the Underground System at any time 39 I. Complete duct system before pulling any wire. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 260543-4 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 4 of 5 1 J. Swab all raceways clean before installing cable. 2 K. Install polyethylene warning tape trench above each raceway. 3 L. Tag all underground conduits at all locations exiting and entering from underground, 4 including poles. 5 3.5 REPAIR/RESTORATION 6 A. Remove and replace sub grade soils which become soft,loose or otherwise 7 unsatisfactory as a result of inadequate excavation,dewatering or other trenching 8 methods,using gravel fill. 9 B. Existing pavement 10 1. Bore under existing pavement where possible. 11 2. Saw cut and repair existing pavements if boring is not possible. 12 a. Cut along straight lines. 13 b. Replace pavement with the same type and quality of the existing paving. 14 C. Grassy areas 15 1. Remove and replace sod,or 16 2. Loam and reseed surface 17 3.6 RE-INSTALLATION 18 A. Backfilling 19 1. Remove materials unsuitable for backfilling. 20 2. Trench fill 21 a. Common fill material 22 b. Void of rock or other non-porous material 23 c. Layers not to exceed 8-inches in loose measure 24 d. Compact to 90 percent standard Proctor density at optimum moisture content of 25 f 4 percent 26 e. Mounded 6-inches above existing grade 27 3. Existing grass,loam or gravel surface 28 a. Remove surface material 29 b. Conserve 30 c. Replace to the full original depth 31 4. Paved areas or designated future paved areas 32 a. Backfill with select fill material 33 b. Layers not to exceed 8-inches loose measure 34 c. Compact to 95 percent standard Proctor density at optimum moisture content of 35 f 3 percent 36 5. Compaction 37 a. Hand or pneumatic tamping with tools weighing at least 20 pounds 38 b. Place material being spread and compacted in layers not over 8-in loose thick. 39 c. Sprinkle in conjunction with rolling or ramming,if needed to achieve required 40 compaction 41 6. Do not place bituminous paving in backfill. 42 7. Do not use water jetting as a means of consolidating or compacting backfill. CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 260543-5 UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS Page 5 of 5 1 8. Road surfaces 2 a. Broom and hose-clean immediately after backfilling 3 b. Employ dust control measures at all times. 4 3.7 CLEANING 5 A. Remove all rubbish and debris from inside and around the underground system. 6 B. Remove dirt,dust, or concrete spatter from the interior and exterior of electrical 7 equipment enclosure. 8 C. Do not use compressed air. 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 CITY OF FORT WORTH Trail Drivers Park Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 260553-1 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 1 of 6 1 SECTION 26 05 53 2 IDENTIFICATION FOR ELECTRICAL SYSTEMS 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. Section Includes: 9 1. Identification of power and control cables. 10 2. Identification for conductors. 11 3. Underground-line warning tape. 12 4. Warning labels and signs. 13 5. Instruction signs. 14 6. Equipment identification labels. 15 7. Miscellaneous identification products. 16 1.3 SUBMITTALS 17 A. Product Data: For each electrical identification product indicated. 18 B. Samples: For each type of label and sign to illustrate size, colors, lettering style, 19 mounting provisions,and graphic features of identification products. 20 C. Identification Schedule: An index of nomenclature of electrical equipment and system 21 components used in identification signs and labels. 22 1.4 QUALITY ASSURANCE 23 A. Comply with ANSI A13.1. 24 B. Comply with NFPA 70. 25 C. Comply with 29 CFR 1910.144 and 29 CFR 1910.145. 26 D. Comply with ANSI Z535.4 for safety signs and labels. 27 E. Adhesive-attached labeling materials, including label stocks, laminating adhesives, and 28 inks used by label printers, shall comply with UL 969. Trail Drivers Park Improvements 002475 260553-2 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 2 of 6 1 1.5 COORDINATION 2 A. Coordinate identification names, abbreviations, colors, and other features with 3 requirements in other Sections requiring identification applications, Drawings, Shop 4 Drawings, manufacturer's wiring diagrams, and the Operation and Maintenance 5 Manual; and with those required by codes, standards, and 29 CFR 1910.145. Use 6 consistent designations throughout Project. 7 B. Coordinate installation of identifying devices with completion of covering and painting 8 of surfaces where devices are to be applied. 9 1.6 WARRANTY 10 A. Refer to Standard General Conditions of the Construction Contract for warranty 11 requirements. 12 PART2-PRODUCTS 13 2.1 POWER AND CONTROL CABLE IDENTIFICATION MATERIALS 14 A. Comply with ANSI A13.1 for minimum size of letters for legend and for minimum 15 length of color field for each raceway and cable size. 16 B. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic 17 sleeve, with diameter sized to suit diameter of raceway or cable it identifies and to stay 18 in place by gripping action. 19 2.2 CONDUCTOR IDENTIFICATION MATERIALS 20 A. Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils 21 thick by 1 to 2 inches wide. 22 B. Snap-Around Labels: Slit, pretensioned, flexible, preprinted, color-coded acrylic 23 sleeve,with diameter sized to suit diameter of raceway or cable it identifies and to stay 24 in place by gripping action. 25 2.3 UNDERGROUND-LINE WARNING TAPE 26 A. Tape: 27 1. Recommended by manufacturer for the method of installation and suitable to 28 identify and locate underground electrical conduits. 29 2. Printing on tape shall be permanent and shall not be damaged by burial 30 operations. 31 3. Tape material and ink shall be chemically inert, and not be subject to degrading 32 when exposed to acids,alkalis,and other destructive substances commonly found 33 in soils. Trail Drivers Park Improvements 002475 260553-3 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 3 of 6 1 B. Color and Printing: 2 1. Comply with ANSI Z535.1 through ANSI Z535.5. 3 2. Inscriptions for Red-Colored Tapes: ELECTRIC LINE,HIGH VOLTAGE. 4 2.4 WARNING LABELS AND SIGNS 5 A. Comply with NFPA 70 and 29 CFR 1910.145. 6 B. Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive 7 adhesive labels, configured for display on front cover, door, or other access to 8 equipment unless otherwise indicated. 9 C. Baked-Enamel Warning Signs: 10 1. Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, 11 and size required for application. 12 2. 1/4-inch grommets in corners for mounting. 13 2.5 INSTRUCTION SIGNS 14 A. Engraved, laminated acrylic or melamine plastic, minimum 1/8 inch thick for larger 15 sizes. 16 1. Engraved legend with black letters on white face. 17 2. Punched or drilled for mechanical fasteners. 18 3. Framed with mitered acrylic molding and arranged for attachment at applicable 19 equipment. 20 B. Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent 21 process. Minimum letter height shall be 3/8 inch. 22 C. Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by 23 thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch. 24 Overlay shall provide a weatherproof and UV-resistant seal for label. 25 2.6 EQUIPMENT IDENTIFICATION LABELS 26 A. Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw 27 mounting. White letters on a dark-gray background. Minimum letter height shall be 28 3/8 inch. 29 2.7 CABLE TIES 30 A. UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior 31 sunlight,self-extinguishing, one piece, self-locking,Type 6/6 nylon. 32 1. Minimum Width: 3/16 inch. 33 2. Tensile Strength at 73 deg F,According to ASTM D 638: 12,000 psi. 34 3. Temperature Range: Minus 40 to plus 185 deg F. 35 4. Color: Black. Trail Drivers Park Improvements 002475 260553-4 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 4 of 6 1 2.8 MISCELLANEOUS IDENTIFICATION PRODUCTS 2 A. Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel 3 machine screws with nuts and flat and lock washers. 4 PART 3 -EXECUTION 5 3.1 INSTALLATION 6 A. Verify identity of each item before installing identification products. 7 B. Location: Install identification materials and devices at locations for most convenient 8 viewing without interference with operation and maintenance of equipment. 9 C. Apply identification devices to surfaces that require finish after completing finish work. 10 D. Attach signs and labels that are not self-adhesive type with mechanical fasteners 11 appropriate to the location and substrate. 12 E. Cable Ties: For attaching tags. Use general-purpose type,except as listed below: 13 1. Outdoors: UV-stabilized nylon. 14 F. Underground-Line Warning Tape: During backfilling of trenches install continuous 15 underground-line warning tape directly above line. Use multiple tapes where width of 16 multiple lines installed in a common trench exceeds 16 inches overall. 17 3.2 IDENTIFICATION SCHEDULE 18 A. Power-Circuit Conductor Identification, 600 V or Less: For conductors in pull and 19 junction boxes,use color-coding conductor tape to identify the phase. 20 1. Color-Coding for Phase and Voltage Level Identification, 600 V or Less: Use 21 colors listed below for ungrounded service,feeder and branch-circuit conductors. 22 a. Color shall be factory applied or field applied for sizes larger than 23 No. 8 AWG, if authorities having jurisdiction permit. 24 b. Colors for 240/120-V Circuits: 25 1) Phase A: Black. 26 2) Phase B: Red. 27 a. Colors for 480/240-V Circuits: 28 1) Phase A: Brown. 29 2) Phase B: Orange. 30 b. Colors for 480/277-V Circuits: 31 1) Phase A: Brown. 32 2) Phase B: Orange. 33 3) Phase C: Yellow. 34 C. Field-Applied, Color-Coding Conductor Tape: Apply in half-lapped turns 35 for a minimum distance of 6 inches from terminal points and in boxes 36 where splices or taps are made. Apply last two turns of tape with no 37 tension to prevent possible unwinding. Locate bands to avoid obscuring 38 factory cable markings. Trail Drivers Park Improvements 002475 260553-5 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 5 of 6 1 B. Install instructional sign including the color-code for grounded and ungrounded 2 conductors using adhesive-film-type labels. 3 C. Conductors to Be Extended in the Future: Attach write-on tags to conductors and list 4 source. 5 D. Auxiliary Electrical Systems Conductor Identification: Identify field-installed alarm, 6 control,and signal connections. 7 1. Identify conductors, cables, and terminals in enclosures and at junctions, 8 terminals,and pull points. Identify by system and circuit designation. 9 2. Use system of marker tape designations that is uniform and consistent with 10 system used by manufacturer for factory-installed connections. 11 3. Coordinate identification with Project Drawings,manufacturer's wiring diagrams, 12 and the Operation and Maintenance Manual. 13 E. Locations of Underground Lines: Identify with underground-line warning tape for 14 power,lighting and control wiring. 15 1. Install underground-line warning tape for cables in raceway. 16 F. Warning Labels for Indoor Cabinets, Boxes, and Enclosures for Power and Lighting: 17 Self-adhesive warning labels. 18 1. Comply with 29 CFR 1910.145. 19 2. Identify system voltage with black letters on an orange background. 20 3. Apply to exterior of door,cover,or other access. 21 4. For equipment with multiple power or control sources, apply to door or cover of 22 equipment including,but not limited to,the following: 23 a. Controls with external control power connections. 24 G. Operating Instruction Signs: Install instruction signs to facilitate proper operation and 25 maintenance of electrical systems and items to which they connect. Install instruction 26 signs with approved legend where instructions are needed for system or equipment 27 operation. 28 H. Equipment Identification Labels: On each unit of equipment, install unique designation 29 label that is consistent with wiring diagrams, schedules, and the Operation and 30 Maintenance Manual. Apply labels to disconnect switches and protection equipment, 31 central or master units, control panels, control stations, terminal cabinets, and racks of 32 each system. Systems include power, lighting, control, communication, signal, 33 monitoring, and alarm systems unless equipment is provided with its own identification. 34 1. Labeling Instructions: 35 a. Indoor and Outdoor Equipment: Engraved, laminated acrylic or melamine 36 label. 37 b. Unless provided with self-adhesive means of attachment,fasten labels with 38 appropriate mechanical fasteners that do not change the NEMA or NRTL 39 rating of the enclosure. 40 2. Equipment to Be Labeled: 41 a. Panelboards: Typewritten directory of circuits in the location provided by 42 panelboard manufacturer. Panelboard identification shall be engraved, 43 laminated acrylic or melamine label. 44 b. Enclosures and electrical cabinets. Trail Drivers Park Improvements 002475 260553-6 IDENTIFICATION FOR ELECTRICAL SYSTEMS Page 6 of 6 1 C. Mini Power Zone 2 d. Enclosed switches. 3 e. Enclosed circuit breakers. 4 f. Enclosed controllers. 5 g. Contactors. 6 h. Remote-controlled switches and control devices. 7 END OF SECTION Trail Drivers Park Improvements 002475 260573-1 ARC-FLASH STUDY Page 1 of 2 1 SECTION 26 05 73 2 ARC-FLASH STUDY 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. Provide Arc-flash study and label equipment accordingly. 9 1.3 SUBMITTALS 10 A. Product Data: For computer software program to be used for studies. 11 B. Arc-flash study. 12 1.4 QUALITY ASSURANCE 13 A. Studies shall use computer programs that are distributed nationally and are in wide use. 14 Software algorithms shall comply with requirements of standards and guides specified 15 in this Section.Manual calculations are not acceptable. 16 PART 2-PRODUCTS 17 2.1 COMPUTER SOFTWARE PROGRAM REQUIREMENTS 18 A. Comply with IEEE 399. 19 PART 3-EXECUTION 20 3.1 EXAMINATION 21 A. Examine Project overcurrent protective device submittals for compliance with electrical 22 distribution system coordination requirements and other conditions affecting 23 performance. Trail Drivers Park Improvements 002475 260573-2 ARC-FLASH STUDY Page 2 of 2 1 3.2 POWER SYSTEM DATA 2 A. Bather and tabulate the following input data to support study. 3 3.3 ARC-FLASH STUDY 4 A. Provide study for new equipment and label according to arc-flash hazard. 5 END OF SECTION Trail Drivers Park Improvements 002475 262416-1 PANELBOARDS Page 1 of 7 1 SECTION 26 24 16 2 PANELBOARDS 3 PART 1-GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections, apply to this Section. 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A. Measurement and Payment 9 B. Lump sum 10 1. For pay item under 26 24 16,also include work in Sections 26 28 13 and 26 28 16. 11 1.3 SUMMARY 12 A. Section Includes: 13 1. Lighting and appliance branch-circuit panelboards. 14 2. Mini-Power Zones (MPZ) with integral transformer and transformer protective 15 device. 16 1.4 SUBMITTALS 17 A. Product Data: For each type of panelboard, switching and overcurrent protective 18 device, surge protective device, accessory, and component indicated. Include 19 dimensions and manufacturers' technical data on features, performance, electrical 20 characteristics,ratings, and finishes. 21 B. Qualification Data: For qualified testing agency. 22 C. Field Quality-Control Reports: 23 1. Test procedures used. 24 2. Test results that comply with requirements. 25 3. Results of failed tests and corrective action taken to achieve test results that 26 comply with requirements. 27 D. Panelboard Schedules: For installation in panelboards. Trail Drivers Park Improvements 002475 262416-2 PANELBOARDS Page 2 of 7 1 E. Operation and Maintenance Data: For panelboards and components to include in 2 emergency, operation, and maintenance manuals. In addition to items specified in 3 Division 01 Section"Operation and Maintenance Data," include the following: 4 1. Manufacturer's written instructions for testing and adjusting overcurrent 5 protective devices. 6 2. Time-current curves, including selectable ranges for each type of overcurrent 7 protective device that allows adjustments. 8 1.5 QUALITY ASSURANCE 9 A. Testing Agency Qualifications: Member company of NETA or an NRTL. 10 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise 11 on-site testing. 12 B. Source Limitations: Obtain panelboards, overcurrent protective devices, components, 13 and accessories from single source from single manufacturer. 14 C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for 15 panelboards including clearances between panelboards and adjacent surfaces and other 16 items. Comply with indicated maximum dimensions. 17 D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 18 NFPA 70, by a qualified testing agency, and marked for intended location and 19 application. 20 E. Comply with NEMA PB 1. 21 F. Comply with NFPA 70. 22 1.6 DELIVERY, STORAGE,AND HANDLING 23 A. Remove loose packing and flammable materials from inside panelboards; install 24 temporary electric heating(250 W per panelboard)to prevent condensation. 25 B. Handle and prepare panelboards for installation according to NECA 407 and 26 NEMA PB 1. 27 1.7 PROJECT CONDITIONS 28 A. Service Conditions: NEMA PB 1,usual service conditions, as follows: 29 1. Ambient temperatures within limits specified. 30 1.8 WARRANTY 31 A. Refer to Standard General Conditions of the Construction Contract for warranty 32 requirements. Trail Drivers Park Improvements 002475 262416-3 PANELBOARDS Page 3 of 7 1 1.9 EXTRA MATERIALS 2 A. Furnish extra materials that match products installed and that are packaged with 3 protective covering for storage and identified with labels describing contents. 4 1. Keys: Two spares for each type of panelboard cabinet lock. 5 PART2-PRODUCTS 6 2.1 GENERAL REQUIREMENTS FOR PANELBOARDS 7 A. Enclosures: Surface-mounted cabinets. 8 1. Rated for environmental conditions at installed location. 9 a. Inside electrical equipment enclosure: NEMA 250,Type 1. 10 2. Hinged Front Cover: Entire front trim hinged to box and with standard door 11 within hinged trim cover. 12 3. Finishes: 13 a. Panels and Trim: Steel, factory finished immediately after cleaning and 14 pretreating with manufacturer's standard two-coat, baked-on finish 15 consisting of prime coat and thermosetting topcoat. 16 b. Back Boxes: Same finish as panels and trim. 17 C. Fungus Proofing: Permanent fungicidal treatment for overcurrent 18 protective devices and other components. 19 4. Directory Card: Inside panelboard door, mounted in metal frame with 20 transparent protective cover. 21 B. Incoming Mains Location: Top and bottom. 22 C. Phase,Neutral,and Ground Buses: 23 1. Material: Hard-drawn copper,98 percent conductivity. 24 2. Equipment Ground Bus: Adequate for feeder and branch-circuit equipment 25 grounding conductors;bonded to box. 26 D. Conductor Connectors: Suitable for use with conductor material and sizes. 27 1. Material: Hard-drawn copper, 98 percent conductivity. 28 2. Main and Neutral Lugs: Mechanical type. 29 3. Ground Lugs and Bus-Configured Terminators: Mechanical type. 30 E. Service Equipment Label: NRTL labeled for use as service equipment for panelboards 31 or load centers with one or more main service disconnecting and overcurrent protective 32 devices. 33 F. Future Devices: Mounting brackets, bus connections, filler plates, and necessary 34 appurtenances required for future installation of devices. 35 G. Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short- 36 circuit current available at terminals. Trail Drivers Park Improvements 002475 262416-4 PANELBOAM Page 4 of 7 1 2.2 LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS 2 A. Acceptable Manufacturers: 3 1. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 4 2. General Electric Company;GE Consumer&Industrial—Electrical Distribution. 5 3. Square D; a brand of Schneider Electric. 6 B. Subject to compliance with requirements,provide products by one of the following: 7 C. Panelboards: NEMA PB 1,lighting and appliance branch-circuit type. 8 D. Mains: Circuit breaker. 9 E. Branch Overcurrent Protective Devices: Bolt-on circuit breakers, replaceable without 10 disturbing adjacent units. 11 F. Doors: Door-in-door construction 12 2.3 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES 13 A. Manufacturers: Subject to compliance with requirements, provide products by one of 14 the following: 15 1. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 16 2. General Electric Company; GE Consumer&Industrial—Electrical Distribution. 17 3. Square D; a brand of Schneider Electric. 18 B. Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting 19 capacity to meet available fault currents. 20 1. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level 21 overloads, and instantaneous magnetic trip element for short circuits. Adjustable 22 magnetic trip setting for circuit-breaker frame sizes 225A thru 400A. 23 2. Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with 24 front-mounted,field-adjustable trip setting. 25 3. Breakers 600V frame and above shall be electronic trip circuit breaker type with 26 rms sensing; field-replaceable rating plug or field-replicable electronic trip; and 27 the following field-adjustable settings for circuit breaker frame sizes 400A and 28 larger: 29 a. Instantaneous trip. 30 b. Long- and short-time pickup levels. 31 C. Long-and short-time time adjustments. 32 d. Ground-fault pickup level,time delay,and 12t response. 33 4. GFCI Circuit Breakers: Single- and two-pole configurations with Class A 34 ground-fault protection(6-mA trip). 35 5. Molded-Case Circuit-Breaker(MCCB)Features and Accessories: 36 a. Standard frame sizes,trip ratings,and number of poles. 37 b. Lugs: Mechanical style, suitable for number, size, trip ratings, and 38 conductor materials. 39 C. Application Listing: Appropriate for application; Type HID for feeding 40 high-intensity discharge(HID)lighting circuits. Trail Drivers Park Improvements 002475 262416-5 PANELBOARDS Page 5 of 7 1 d. Ground-Fault Protection: Integrally mounted relay and trip unit with 2 adjustable pickup and time-delay settings, push-to-test feature, and 3 ground-fault indicator. 4 e. Shunt Trip: 120V trip coil energized from separate circuit. 5 f. Multipole units enclosed in a single housing or factory assembled to 6 operate as a single unit. 7 g. Handle Padlocking Device: Fixed attachment, for locking circuit-breaker 8 handle in on or off position. 9 h. Handle Clamp: Loose attachment, for holding circuit-breaker handle in on 10 position. 11 2.4 PANELBOARD SURGE PROTECTIVE DEVICES(SPD)—Remote Mounted 12 A. Manufacturers: Subject to compliance with requirements, provide products by one of 13 the following: 14 1. Current Technology; a subsidiary of Danahar Corporation. 15 2. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 16 3. General Electric Company; GE Consumer&Industrial-Electrical Distribution. 17 4. Square D; a brand of Schneider Electric. 18 B. Surge Protection Device: IEEE C62.41-compliant, remote mounted, solid-state, 19 parallel-connected,non-modular type,with sine-wave tracking suppression and filtering 20 modules, UL 1449, second edition, short-circuit current rating matching or exceeding 21 the panelboard short-circuit rating,and with the following features and accessories: 22 1. Accessories: 23 a. LED indicator lights for power and protection status. 24 b. Audible alarm, with silencing switch, to indicate when protection has 25 failed. 26 C. One set of dry contacts rated at 5 A and 250-V ac, for remote monitoring 27 of protection status. 28 2.1 Mini-Power Zone 29 A. Combination panel and dry type transformer. 30 1. Primary overcurrent device(circuit breaker). 31 2. Secondary main circuit breaker in panel section. 32 3. Hinged cover for Nema 3R rating. 33 4. Equal to Square D Mini-Power Zone 34 PART 3 -EXECUTION 35 3.1 EXAMINATION 36 A. Receive,inspect,handle, and store panelboards according to NECA 407. 37 B. Examine panelboards before installation. Reject panelboards that are damaged or 38 rusted or have been subjected to water saturation. Trail Drivers Park Improvements 002475 262416-6 PANELBOARDS Page 6 of 7 1 C. Examine elements and surfaces to receive panelboards for compliance with installation 2 tolerances and other conditions affecting performance of the Work. 3 D. Proceed with installation only after unsatisfactory conditions have been corrected. 4 3.2 INSTALLATION 5 A. Install panelboards and accessories according to NECA 407. 6 B. Mount panelboard cabinet plumb and rigid without distortion of box. 7 1. Set field-adjustable,circuit-breaker trip ranges. 8 C. Install filler plates in unused spaces. 9 D. Arrange conductors in gutters into groups and bundle and wrap with wire ties. 10 E. Comply with NECA 1. 11 3.3 IDENTIFICATION 12 A. Identify field-installed conductors, interconnecting wiring, and components; provide 13 warning signs complying with Division 26 Section "Identification for Electrical 14 Systems." 15 B. Create a directory to indicate installed circuit loads incorporate Owner's final room 16 designations. Obtain approval before installing. Use a computer or typewriter to create 17 directory;handwritten directories are not acceptable. 18 C. Panelboard Nameplates: Label each panelboard with a nameplate complying with 19 requirements for identification specified in Division 26 Section "Identification for 20 Electrical Systems." 21 D. Device Nameplates: Label each branch circuit device in distribution panelboards with a 22 nameplate complying with requirements for identification specified in Division 26 23 Section"Identification for Electrical Systems." 24 3.4 FIELD QUALITY CONTROL 25 A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. 26 B. Manufacturer's Field Service: Engage a factory-authorized service representative to 27 inspect, test, and adjust components, assemblies, and equipment installations, including 28 connections. 29 C. Perform tests and inspections. 30 1. Manufacturer's Field Service: Engage a factory-authorized service representative 31 to inspect components, assemblies, and equipment installations, including 32 connections,and to assist in testing. Trail Drivers Park Improvements 002475 262416-7 PANELBOARDS Page 7 of 7 1 D. Acceptance Testing Preparation: 2 1. Test insulation resistance for each panelboard bus, component, connecting 3 supply, feeder,and control circuit. 4 2. Test continuity of each circuit. 5 E. Tests and Inspections: 6 1. Perform each visual and mechanical inspection and electrical test stated in NETA 7 Acceptance Testing Specification. Certify compliance with test parameters. 8 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate 9 compliance; otherwise,replace with new units and retest. 10 F. Panelboards will be considered defective if they do not pass tests and inspections. 11 G. Prepare test and inspection reports, including a certified report that identifies 12 panelboards included and that describes results. Include notation of deficiencies 13 detected,remedial action taken,and observations after remedial action. 14 3.5 ADJUSTING 15 A. Adjust moving parts and operable component to function smoothly, and lubricate as 16 recommended by manufacturer. 17 B. Set field-adjustable circuit-breaker trip ranges as indicated. 18 3.6 PROTECTION 19 A. Temporary Heating: Apply temporary heat to maintain temperature according to 20 manufacturer's written instructions. 21 END OF SECTION Trail Drivers Park Improvements 002475 262726-1 WIRING DEVICES Pagel of 3 1 SECTION 26 27 26 2 WIRING DEVICES 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. This Section includes the following: 9 1. Receptacles,receptacles with integral GFCI,and associated device plates. 10 1.3 DEFINITIONS 11 A. GFCI: Ground-fault circuit interrupter. 12 B. Pigtail: Short lead used to connect a device to a branch-circuit conductor. 13 1.4 SUBMITTALS 14 A. Product Data: For each type of product indicated. 15 B. Shop Drawings: List of legends and description of materials and process used for 16 premarking wall plates. 17 1.5 QUALITY ASSURANCE 18 A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 19 NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, 20 and marked for intended use. 21 B. Comply with NFPA 70. 22 1.6 WARRANTY 23 A. Refer to Standard General Conditions of the Construction Contract for warranty 24 requirements. Trail Drivers Park Improvements 002475 262726-2 WRUNG DEVICES Page 2 of 3 1 PART 2-PRODUCTS 2 2.1 MANUFACTURERS 3 A. Acceptable Manufacturers: 4 1. Cooper Wiring Devices; a division of Cooper Industries,Inc.(Cooper). 5 2. Hubbell Incorporated;Wiring Device-Kellems(Hubbell). 6 3. Leviton Mfg.Company Inc. (Leviton). 7 4. Pass&Seymour/Legrand;Wiring Devices&Accessories(Pass&Seymour). 8 2.2 GFCI RECEPTACLES 9 A. General Description: Straight blade, non-feed-through type. Comply with 10 NEMA WD 1,NEMA WD 6,UL 498,and UL 943, Class A, and include indicator light 11 that is lighted when device is tripped. 12 B. Duplex GFCI Convenience Receptacles, 125 V,20 A: 13 1. Available Products: Subject to compliance with requirements,products that may 14 be incorporated into the Work include,but are not limited to,the following: 15 2. Products: Subject to compliance with requirements, provide one of the 16 following: 17 a. Cooper;GF20. 18 b. Pass&Seymour;2084. 19 3. Regardless of model number shown above, receptacles shall be tamper-resistant 20 type except in electrical equipment room. Submit sample with submittal. 21 2.3 WALL PLATES 22 A. Single and combination types to match corresponding wiring devices. 23 1. Plate-Securing Screws: Metal with head color to match plate finish. 24 2. Material for Unfinished Spaces: Galvanized steel. 25 3. Material for Wet Locations: Cast aluminum in-use cover, and listed and labeled 26 for use in"wet locations." 27 2.4 FINISHES 28 A. Color: Wiring device catalog numbers in Section Text do not designate device color. 29 PART 3-EXECUTION 30 3.1 INSTALLATION 31 A. Comply with NECA 1, including the mounting heights listed in that standard, unless 32 otherwise noted. Trail Drivers Park Improvements 002475 262726-3 WIRING DEVICES Page 3 of 3 1 B. Conductors: 2 1. Do not strip insulation from conductors until just before they are spliced or 3 terminated on devices. 4 2. Strip insulation evenly around the conductor using tools designed for the 5 purpose. Avoid scoring or nicking of solid wire or cutting strands from stranded 6 wire. 7 3. The length of free conductors at outlets for devices shall meet provisions of 8 NFPA 70,Article 300,without pigtails. 9 END OF SECTION Trail Drivers Park Improvements 002475 262813-1 FUSES Pagel of 3 1 SECTION 26 2813 2 FUSES 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract,including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. Section Includes: 9 1. Cartridge fuses rated 600-V ac and less for use in enclosed switches. 10 1.3 SUBMITTALS 11 A. Product Data: For each type of product indicated. Include construction details, 12 material,dimensions, descriptions of individual components, and finishes for spare-fuse 13 cabinets.Include the following for each fuse type indicated: 14 1. Ambient Temperature Adjustment Information: If ratings of fuses have been 15 adjusted to accommodate ambient temperatures, provide list of fuses with 16 adjusted ratings. 17 a. For each fuse having adjusted ratings, include location of fuse, original 18 fuse rating,local ambient temperature,and adjusted fuse rating. 19 b. Provide manufacturer's technical data on which ambient temperature 20 adjustment calculations are based. 21 2. Dimensions and manufacturer's technical data on features, performance, 22 electrical characteristics,and ratings. 23 3. Current-limitation curves for fuses with current-limiting characteristics. 24 4. Time-current coordination curves (average melt) and current-limitation curves 25 (instantaneous peak let-through current)for each type and rating of fuse. 26 5. Coordination charts and tables and related data. 27 B. Operation and Maintenance Data: For fuses to include in emergency, operation, and 28 maintenance manuals. In addition to items specified in Division 01 Section "Operation 29 and Maintenance Data," include the following: 30 1. Ambient temperature adjustment information. 31 2. Current-limitation curves for fuses with current-limiting characteristics. 32 3. Time-current coordination curves (average melt) and current-limitation curves 33 (instantaneous peak let-through current) for each type and rating of fuse. 34 4. Coordination charts and tables and related data. Trail Drivers Park Improvements 002475 262813-2 FUSES Page 2 of 3 1 1.4 QUALITY ASSURANCE 2 A. Source Limitations: Obtain fuses, for use within a specific product or circuit, from 3 single source from single manufacturer. 4 B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 5 NFPA 70, by a qualified testing agency, and marked for intended location and 6 application. 7 C. Comply with NEMA FU 1 for cartridge fuses. 8 D. Comply with NFPA 70. 9 1.5 COORDINATION 10 A. Coordinate fuse ratings with utilization equipment nameplate limitations of maximum 11 fuse size and with system short-circuit current levels. 12 1.6 WARRANTY 13 A. Refer to Standard General Conditions of the Construction Contract for warranty 14 requirements. 15 PART2-PRODUCTS 16 2.1 MANUFACTURERS 17 A. Manufacturers: Subject to compliance with requirements, provide products by one of 18 the following: 19 1. Cooper Bussmann,Inc. 20 2. Littelfuse,Inc. 21 2.2 CARTRIDGE FUSES 22 A. Characteristics: NEMA FU 1, nonrenewable cartridge fuses with voltage ratings 23 consistent with circuit voltages. 24 PART 3 -EXECUTION 25 3.1 EXAMINATION 26 A. Examine fuses before installation. Reject fuses that are moisture damaged or physically 27 damaged. Trail Drivers Park Improvements 002475 2628 13-3 FUSES Page 3 of 3 1 B. Examine holders to receive fuses for compliance with installation tolerances and other 2 conditions affecting performance, such as rejection features. 3 C. Examine utilization equipment nameplates and installation instructions. Install fuses of 4 sizes and with characteristics appropriate for each piece of equipment. 5 D. Evaluate ambient temperatures to determine if fuse rating adjustment factors must be 6 applied to fuse ratings. 7 E. Proceed with installation only after unsatisfactory conditions have been corrected. 8 3.2 FUSE APPLICATIONS 9 A. Cartridge Fuses: 10 1. Motor Branch Circuits: Class RK1 or Class RK5,time delay. 11 2. Other Branch Circuits: Class J,time delay. 12 3. Control Circuits: Class CC. 13 3.3 INSTALLATION 14 A. Install fuses in fusible devices. Arrange fuses so rating information is readable without 15 removing fuse. 16 3.4 IDENTIFICATION 17 A. Install labels complying with requirements for identification specified in Division 26 18 Section "Identification for Electrical Systems" and indicating fuse replacement 19 information on inside door of each fused switch and adjacent to each fuse block and 20 holder. 21 END OF SECTION Trail Drivers Park Improvements 002475 262816-1 ENCLOSED CIRCUIT BREAKERS Pagel of 5 1 SECTION 26 2816 2 ENCLOSED CIRCUIT BREAKERS 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract, including General and Supplementary 6 Conditions and other Division 01 Specification Sections,apply to this Section. 7 1.2 SUMMARY 8 A. Section Includes: 9 1. Molded-case circuit breakers(MCCBs). 10 2. Enclosures. 11 1.3 DEFINITIONS 12 A. NC: Normally closed. 13 B. NO: Normally open. 14 C. SPDT: Single pole,double throw. 15 1.4 SUBMITTALS 16 A. Product Data: For each type of enclosed circuit breaker, accessory, and component 17 indicated. Include dimensioned elevations, sections, weights, and manufacturers' 18 technical data on features, performance, electrical characteristics, ratings, accessories, 19 and finishes. 20 1. Enclosure types and details for types other than NEMA 250, Type 1. 21 2. Current and voltage ratings. 22 3. Short-circuit current ratings(interrupting and withstand,as appropriate). 23 4. Include evidence of NRTL listing for series rating of installed devices. 24 5. Detail features, characteristics, ratings, and factory settings of individual 25 overcurrent protective devices, accessories,and auxiliary components. 26 6. Include time-current coordination curves (average melt) for each type and rating 27 of overcurrent protective device; include selectable ranges for each type of 28 overcurrent protective device. 29 B. Shop Drawings: For enclosed circuit breakers. Include plans, elevations, sections, 30 details,and attachments to other work. 31 1. Wiring Diagrams: For power, signal,and control wiring. Trail Drivers Park Improvements 002475 262816-2 ENCLOSED CIRCUIT BREAKERS Page 2 of 5 1 C. Qualification Data: For qualified testing agency. 2 D. Field quality-control reports. 3 1. Test procedures used. 4 2. Test results that comply with requirements. 5 3. Results of failed tests and corrective action taken to achieve test results that 6 comply with requirements. 7 E. Manufacturer's field service report. 8 F. Operation and Maintenance Data: For enclosed circuit breakers to include in 9 emergency, operation, and maintenance manuals. In addition to items specified in 10 Division 01 Section"Operation and Maintenance Data,"include the following: 11 1. Manufacturer's written instructions for testing and adjusting enclosed circuit 12 breakers. 13 2. Time-current coordination curves (average melt) for each type and rating of 14 overcurrent protective device; include selectable ranges for each type of 15 overcurrent protective device. 16 1.5 QUALITY ASSURANCE 17 A. Testing Agency Qualifications: Member company of NETA or an NRTL. 18 1. Testing Agency's Field Supervisor: Currently certified by NETA to supervise 19 on-site testing. 20 B. Source Limitations: Obtain enclosed and circuit breakers, overcurrent protective 21 devices,components,and accessories,within same product category,from single source 22 from single manufacturer. 23 C. Product Selection for Restricted Space: Drawings indicate maximum dimensions for 24 enclosed circuit breakers, including clearances between enclosures, and adjacent 25 surfaces and other items. Comply with indicated maximum dimensions. 26 D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 27 NFPA 70, by a qualified testing agency, and marked for intended location and 28 application. 29 E. Comply with NFPA 70. 30 1.6 COORDINATION 31 A. Coordinate layout and installation of circuit breakers, and components with equipment 32 served and adjacent surfaces. Maintain required workspace clearances and required 33 clearances for equipment access doors and panels. Trail Drivers Park Improvements 002475 262816-3 ENCLOSED CIRCUIT BREAKERS Page 3 of 5 1 1.7 WARRANTY 2 A. Refer to Standard General Conditions of the Construction Contract for warranty 3 requirements. 4 PART 2 -PRODUCTS 5 2.1 MOLDED-CASE CIRCUIT BREAKERS 6 A. Manufacturers: Subject to compliance with requirements, provide products by one of 7 the following: 8 1. Eaton Electrical Inc.;Cutler-Hammer Business Unit. 9 2. General Electric Company;GE Consumer&Industrial-Electrical Distribution. 10 3. Siemens Energy&Automation,Inc. 11 4. Square D; a brand of Schneider Electric. 12 B. General Requirements: Comply with UL 489, NEMA AB 1, and NEMA AB 3, with 13 interrupting capacity to comply with available fault currents. 14 C. Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level 15 overloads and instantaneous magnetic trip element for short circuits. Adjustable 16 magnetic trip setting for circuit-breaker frame sizes 250 A and larger. 17 D. Adjustable, Instantaneous-Trip Circuit Breakers: Magnetic trip element with front- 18 mounted,field-adjustable trip setting. 19 E. Electronic Trip Circuit Breakers: Field-replaceable rating plug, rms sensing, with the 20 following field-adjustable settings: 21 1. Instantaneous trip. 22 2. Long-and short-time pickup levels. 23 3. Long-and short-time time adjustments. 24 4. Ground-fault pickup level,time delay,and I2t response. 25 F. Features and Accessories: 26 1. Standard frame sizes,trip ratings,and number of poles. 27 2. Lugs: Mechanical type, suitable for number, size, trip ratings, and conductor 28 material. 29 3. Application Listing: Appropriate for application; Type HID for feeding 30 fluorescent and high-intensity discharge lighting circuits. 31 2.2 ENCLOSURES 32 A. Enclosed Circuit Breakers: NEMA AB 1, NEMA KS 1, NEMA 250, and UL 50, to 33 comply with environmental conditions at installed location. 34 1. Indoor,Dry and Clean Locations: NEMA 250,Type 1. 35 2. Outdoor Locations: NEMA 250, Type 3R. 36 3. Other Wet or Damp,Indoor Locations: NEMA 250,Type 4. Trail Drivers Park Improvements 002475 2628 16-4 ENCLOSED CIRCUIT BREAKERS Page 4 of 5 1 PART 3 -EXECUTION 2 3.1 EXAMINATION 3 A. Examine elements and surfaces to receive enclosed circuit breakers for compliance with 4 installation tolerances and other conditions affecting performance of the Work. 5 B. Proceed with installation only after unsatisfactory conditions have been corrected. 6 3.2 INSTALLATION 7 A. Install individual wall-mounted circuit breakers with tops at uniform height unless 8 otherwise indicated. 9 B. Comply with NECA 1. 10 3.3 IDENTIFICATION 11 A. Comply with requirements in Division 26 Section "Identification for Electrical 12 Systems." 13 1. Identify field-installed conductors, interconnecting wiring, and components; 14 provide warning signs. 15 2. Label each enclosure with engraved metal or laminated-plastic nameplate. 16 3.4 FIELD QUALITY CONTROL 17 A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. 18 B. Manufacturer's Field Service: Engage a factory-authorized service representative to 19 inspect, test, and adjust components, assemblies, and equipment installations, including 20 connections. 21 C. Perform tests and inspections. 22 1. Manufacturer's Field Service: Engage a factory-authorized service representative 23 to inspect components, assemblies, and equipment installations, including 24 connections,and to assist in testing. 25 D. Acceptance Testing Preparation: 26 1. Test insulation resistance for each enclosed circuit breaker, component, 27 connecting supply, feeder, and control circuit. 28 2. Test continuity of each circuit. 29 E. Tests and Inspections: 30 1. Perform each visual and mechanical inspection and electrical test stated in NETA 31 Acceptance Testing Specification. Certify compliance with test parameters. 32 2. Correct malfunctioning units on-site, where possible, and retest to demonstrate 33 compliance;otherwise,replace with new units and retest. Trail Drivers Park Improvements 002475 262816-5 ENCLOSED CIRCUIT BREAKERS Page 5 of 5 1 3. Test and adjust controls,remote monitoring, and safeties. Replace damaged and 2 malfunctioning controls and equipment. 3 F. Enclosed circuit breakers will be considered defective if they do not pass tests and 4 inspections. 5 G. Prepare test and inspection reports, including a certified report that identifies enclosed 6 circuit breakers and that describes scanning results. Include notation of deficiencies 7 detected,remedial action taken, and observations after remedial action. 8 3.5 ADJUSTING 9 A. Adjust moving parts and operable components to function smoothly, and lubricate as 10 recommended by manufacturer. 11 B. Set field-adjustable circuit-breaker trip ranges. 12 END OF SECTION Trail Drivers Park Improvements 002475 265668-1 EXTERIOR LIGHTING Page 1 of 8 1 SECTION 26 56 68 2 EXTERIOR LIGHTING 3 PART 1 -GENERAL 4 1.1 RELATED DOCUMENTS 5 A. Drawings and general provisions of the Contract,including General and Supplementary 6 Conditions and Division 01 Specification Sections,apply to this Section. 7 1.2 PRICE AND PAYMENT PROCEDURES 8 A. Measurement and Payment 9 B. Lump sum 10 1. For pay item under 26 56 68,also include work in Sections 26 41 13. 11 1.3 SUMMARY 12 A. Section includes lighting for the following outdoor areas: 13 1. General park lighting. 14 B. The extent of exterior lighting work is indicated by drawings and by schedules, and the 15 requirements of this section. 16 1.4 DEFINITIONS 17 A. Illuminance: The metric most commonly used to evaluate lighting systems. It is the 18 density of luminous flux,or flow of light,reaching a surface divided by the area of that 19 surface. 20 1. Horizontal Illuminance: Measurement in foot-candles,on a horizontal surface 36 21 inches above ground unless otherwise indicated. 22 B. LC: Lighting Certified. 23 C. Light Trespass: Light spill into areas and properties outside the property line,which is 24 either annoying or unwanted. 25 D. LLD: Lamp lumen depreciation,which is the decrease in lamp output as the lamp ages. 26 E. LLF: Light loss factor, which is the product of all factors that contribute to light loss in 27 the system. 28 1.5 PERFORMANCE REQUIREMENTS 29 A. Fixture performance shall meet or exceed calculated values and performance. Trail Drivers Park Improvements 002475 265668-2 EXTERIOR LIGHTING Page 2 of 8 1 1.6 SUBMITTALS 2 A. Product Data: For each luminaire, pole, and support component, arranged in order of 3 lighting unit designation. Include data on features, accessories, finishes, and the 4 following: 5 1. Physical description of luminaire, including materials, dimensions, effective 6 projected area, and verification of indicated parameters. 7 2. Details of attaching luminaires and accessories. 8 3. Details of installation and construction. 9 4. Luminaire materials. 10 5. Photometric data based on laboratory tests of each luminaire type, complete with 11 indicated ballasts, lamps,LEDs, drivers, and accessories. 12 a. Testing Agency Certified Data: For indicated luminaires,photometric data 13 shall be certified by a qualified independent testing agency. Photometric 14 data for remaining luminaires shall be certified by manufacturer. 15 b. Manufacturer Certified Data: Photometric data shall be certified by 16 manufacturer's laboratory with a current accreditation under the National 17 Voluntary Laboratory Accreditation Program for Energy Efficient 18 Lighting Products. 19 6. Drivers,including energy-efficiency data. 20 7. Lamps and LEDs, including life, output, CCT, CRI, lumens, and energy- 21 efficiency data. 22 8. Materials,dimensions,and finishes of poles. 23 9. Means of attaching luminaires to supports, and indication that attachment is 24 suitable for components involved. 25 10. Submit point-by-point (10'-0" centers) general areas and parking areas and 26 include with fixture/pole submittal. 27 11. Anchor bolts for poles. 28 12. Submittal shall include certification that pole heights and fixture mounting 29 heights are in compliance with City ordinance. This must be submitted prior to 30 pole/fixture order. 31 B. Pole and Support Component Certificates: Signed by manufacturers of poles,certifying 32 that products are designed for indicated load requirements in AASHTO LTS-4-M and 33 that load imposed by luminaire and attachments has been included in design. The 34 certification shall be based on design calculations by a professional engineer. 35 C. Operation and Maintenance Data. 36 1.1 DELIVERY, STORAGE,AND HANDLING 37 A. Store poles on decay-resistant-treated skids at least 12 inches above grade and 38 vegetation. Support poles to prevent distortion and arrange to provide free air 39 circulation. 40 B. Retain factory-applied pole wrappings on metal poles until right before pole 41 installation. Trail Drivers Park Improvements 002475 265668-3 EXTERIOR LIGHTING Page 3 of 8 1 1.2 QUALITY ASSURANCE 2 A. Installer Qualifications: Manufacturer's authorized representative who is trained and 3 approved for installation of units required for this Project. 4 B. Luminaire Photometric Data Testing Laboratory: By manufacturers' laboratories that 5 are accredited under the National Volunteer Laboratory Accreditation Program for 6 Energy Efficient Lighting Products. 7 C. Luminaire Photometric Data Testing Laboratory: By an independent agency, with the 8 experience and capability to conduct the testing indicated,that is an NRTL. 9 D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in 10 NFPA 70, by a qualified testing agency, and marked for intended location and 11 application. 12 1.3 WARRANTY 13 A. This warranty requirement is in addition to City's standard warranty requirement. 14 B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair 15 or replace products that fail in materials or workmanship; that corrode; or that fade, 16 stain, perforate, erode, or chalk due to effects of weather or solar radiation within 17 specified warranty period. Manufacturer may exclude lightning damage, hail damage, 18 vandalism,abuse,or unauthorized repairs or alterations from special warranty coverage. 19 1. Warranty Period for Luminaires: Five years from date of Substantial 20 Completion. 21 2. Warranty Period for Metal Corrosion: Five years from date of Substantial 22 Completion. 23 3. Warranty Period for Color Retention: Five years from date of Substantial 24 Completion. 25 4. Warranty Period for Poles: Repair or replace lighting poles and standards that 26 fail in finish, materials, and workmanship within manufacturer's standard 27 warranty period, but not less than three years from date of Substantial 28 Completion. 29 1.4 EXTRA MATERIALS 30 A. Furnish extra materials that match products installed and that are packaged with 31 protective covering for storage and identified with labels describing contents. 32 1. LED Assembly: Furnish one of each type. 33 2. Lenses,Covers,and Other Optical Parts: Furnish one of each type. 34 3. Drivers: Furnish one of each type. Trail Drivers Park Improvements 002475 265668-4 EXTERIOR LIGHTING Page 4 of 8 1 PART2-PRODUCTS 2 2.1 LUMINAIRES 3 A. Luminaires: Listed and labeled, by an NRTL acceptable to authorities having 4 jurisdiction,for compliance with UL 1598 for installation in wet locations. 5 B. Metal Parts: Free of burrs and sharp comers and edges. 6 C. Sheet Metal Components: Corrosion-resistant aluminum unless otherwise indicated. 7 Form and support to prevent warping and sagging. 8 D. Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, 9 or deform in use. Provide filter/breather for enclosed luminaires. 10 E. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage 11 under operating conditions. Designed to prevent doors, frames, lenses, diffusers, and 12 other components from falling accidentally during maintenance and when secured in 13 operating position. Doors shall be removable for cleaning or replacing lenses. 14 F. Exposed Hardware Material: Stainless steel. 15 G. Lenses and Refractors Gaskets: Use heat and aging-resistant resilient gaskets to seal 16 and cushion lenses and refractors in luminaire doors. 17 2.2 LEDS 18 A. All LED luminaires shall be UL Listed and be furnished complete with LEDs and 19 Power supplies at locations indicated on the drawings. Each fixture shall bear the UL 20 Label,and shall comply with Code Requirements. 21 B. Luminaires shall meet the US Department of Energy's Energy Star performance 22 criteria. 23 C. LED luminaires shall be designed with heat sinking adequate such that the junction 24 temperature of the LEDs in maintained to meet the rated life as published by the LED 25 manufacturer. Luminaire manufacturer shall provide validation documentation. Heat 26 sinking shall not become compromised with time,lack of maintenance,and/or vibration 27 resistance so that the heat-sink does not become detached from the LED PCB. 28 D. The LED luminaire shall have a complete 5 year warranty from date of installation 29 E. The LED luminaires shall be UL, or ETL listed and be furnished complete with LEDs 30 and power supplies. 31 F. LED power supplies shall operate LEDs within the current limit specification of the 32 manufacturer Trail Drivers Park Improvements 002475 265668-5 EXTERIOR LIGHTING Page 5 of 8 1 G. Shall operate from 6011z or 50Hz input source and have input power factor above 90% 2 and a minimum efficiency of 70-%at full rated load of the driver. 3 H. Shall have short circuit and overload protection. 4 I. Shall have a minimum starting temperature of 0°F and a maximum case temperature 5 rating of at least 70°C. 6 J. Power supply output shall be regulated to+/-5%across published load range. 7 K. Shall have a Class A sound rating. 8 L. Shall comply with the requirements of the Federal Communications Commission(FCC) 9 rules and regulations,Title 47CFR part 15,non-consumer(Class A)for EMIWI. 10 M. Shall have a 5 year warranty from date of manufacturer against defects in material or 11 workmanship, including a replacement, for operation at or below the maximum case 12 temperature specification. 13 N. Manufacturer shall have a 15 year history of producing power supplies for the North 14 American market. 15 O. All LEDs shall have a color temperature of 4000K with CRI>80. 16 P. L70 rated life shall be a minimum of 50,000 hours. 17 Q. All LED modules, unless noted otherwise, shall be provided by the light fixture 18 manufacturer and integral to the luminaire. 19 R. LED modules/arrays shall be replaceable in the field. If luminaires are still under 20 warranty, the Owner shall be compensated for the labor to do replacement work or the 21 manufacturer shall send a factory representative to the site to do the work. 22 S. Replacement modules should have the ability to be "tuned" to match the ouput of 23 remaining adjacent luminaires in the event that some time has passed and there has been 24 light loss. 25 2.3 GENERAL REQUIREMENTS FOR POLES AND SUPPORT COMPONENTS 26 A. Structural Characteristics: Comply with AASHTO LTS-4-M. 27 1. Wind-Load Strength of Poles: Adequate at indicated heights above grade 28 without failure, permanent deflection, or whipping in steady winds of speed 29 indicated in"Structural Analysis Criteria for Pole Selection"Article. 30 2. Strength Analysis: For each pole, multiply the actual equivalent projected area 31 of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected 32 area to be used in pole selection strength analysis. 33 B. Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting 34 requirements. Use stainless-steel fasteners and mounting bolts unless otherwise 35 indicated. Trail Drivers Park Improvements 002475 265668-6 EXTERIOR LIGHTING Page 6 of 8 1 C. Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with 2 support components. 3 1. Materials: Shall not cause galvanic action at contact points. 4 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after 5 fabrication unless otherwise indicated. 6 3. Anchor-Bolt Template: Plywood or steel. 7 D. Handhole: Oval-shaped,with minimum clear opening of 2-1/2 by 5 inches, with cover 8 secured by stainless-steel captive screws. Provide on all poles. 9 E. Concrete Pole Foundations: Cast in place,with anchor bolts to match pole-base flange. 10 Concrete, reinforcement, and formwork are specified in Division 03 Section "Cast-in- 11 Place Concrete." 12 2.4 POLES 13 A. Grounding and Bonding Lugs: Welded 1/2-inch threaded lug, complying with 14 requirements in Division 16 Section "Grounding and Bonding for Electrical Systems," 15 listed for attaching grounding and bonding conductors of type and size listed in that 16 Section,and accessible through handhole. 17 B. Cable Support Grip: Wire-mesh type with rotating attachment eye, sized for diameter 18 of cable and rated for a minimum load equal to weight of supported cable times a 5.0 19 safety factor. 20 C. Factory-Painted Finish: Comply with NAAMM's "Metal Finishes Manual for 21 Architectural and Metal Products" for recommendations for applying and designating 22 finishes. 23 1. Surface Preparation: Clean surfaces to comply with SSPC-SP 1, "Solvent 24 Cleaning," to remove dirt, oil, grease, and other contaminants that could impair 25 paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove 26 mill scale and rust, if present, from uncoated steel, complying with SSPC- 27 SP 5/NACE No. 1, "White Metal Blast Cleaning," or with SSPC-SP 8, 28 "Pickling." 29 2. Interior Surfaces of Pole: One coat of bituminous paint, or otherwise treat for 30 equal corrosion protection. 31 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats 32 of primer and two finish coats of high-gloss,high-build polyurethane enamel. 33 a. Color: As selected by Owner. 34 2.5 POLE ACCESSORIES 35 A. Base Covers: Ornamental, arranged to cover pole's mounting bolts and nuts. Finish 36 same as pole. Trail Drivers Park Improvements 002475 265668-7 EXTERIOR LIGHTING Page 7 of 8 1 PART 3-EXECUTION 2 3.1 INSTALLATION 3 A. Alignment: Align pole foundations and poles for optimum directional alignment of 4 luminaires and their mounting provisions on the pole. 5 B. Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates 6 furnished by pole manufacturer. Concrete materials, installation, and finishing 7 requirements are specified in Division 03 Section"Cast-in-Place Concrete." 8 C. Foundation-Mounted Poles: Mount pole with leveling nuts, and tighten top nuts to 9 torque level recommended by pole manufacturer. 10 1. Use anchor bolts and nuts selected to resist seismic forces defined for the 11 application and approved by manufacturer. 12 2. Do not grout void between pole base and foundation. 13 3. Install base covers unless otherwise indicated. 14 D. Pole foundations in landscaped areas shall extend 6"above grade. 15 E. Verify exact pole locations and footing height above grade prior to installation of 16 footings. 17 F. Raise and set poles using web fabric slings(not chain or cable). 18 3.2 CORROSION PREVENTION 19 A. Steel Conduits: Comply with Division 26 Section "Raceway and Boxes for Electrical 20 Systems." In concrete foundations, wrap conduit with 0.010-inch thick, pipe-wrapping 21 plastic tape applied with a 50 percent overlap. 22 3.3 GROUNDING 23 A. Ground metal poles and support structures according to Division 26 Section 24 "Grounding and Bonding for Electrical Systems." 25 1. Install equipment grounding to each pole and bond to pole ground lug. 26 2. Install grounding conductor pigtail in the base for connecting luminaire to 27 grounding system. 28 3. Provide ground rod at each pole and bond to pole ground lug and equipment 29 grounding conductor. 30 3.4 FIELD QUALITY CONTROL 31 A. Inspect each installed fixture for damage. Replace damaged fixtures and components. Trail Drivers Park Improvements 002475 265668-8 EXTERIOR LIGHTING Page 8 of 8 1 B. Illumination Observations: Verify normal operation of lighting units after installing 2 luminaires and energizing circuits with normal power source. 3 1. Verify operation of controls. 4 END OF SECTION Trail Drivers Park Improvements 002475 31 1000-1 SITE CLEARING Page 1 of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees,when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 3. Section 02 41 13—Selective Site Demolition 17 4. Section 02 41 14—Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for"Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal(typically included in"Site Clearing",but should be used if"Site 32 Clearing"is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each"Tree Removal"for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 311000-2 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 007475 Revised December 20,2012 311000-3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY[NOT USED] 2 PART 2- PRODUCTS [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION[NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing,the Contractor shall meet 10 with the City,the Engineer and the Landowner,if necessary,to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details,protected trees shall be 17 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line,unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 �i 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 CrrY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 31 1000-4 SITE CLEARING Page 4 of 5 1 2. The testing,removal,and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions,except those landscape 5 features that are to be preserved. Such obstructions include,but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 f. Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 m. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground,including,but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts,storm sewers,manholes,and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment,remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated,remove obstructions to 2 feet below the excavation level. 38 6. In all other areas,remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor,unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off-site in accordance with local, 47 state,and federal laws and regulations. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 311000-5 SITE CLEARING Page 5 of 5 1 3.5 REPAIR[NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE[NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.A Permits: Removed ordinance number and added City's website address 13 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 31232300-1 EARTHWORK Page 1 of 5 1 SECTION 3122 00 2 EARTHWORK 3 4 PART 1—GENERAL 5 6 1.1 RELATED DOCUMENTS 7 A. Provisions established within the General and Supplementary General Conditions of 8 the Contract,Division 1 -General Requirements,and the Drawings are collectively 9 applicable to this Section. 10 B. Codes and Standards: Perform earthwork complying with requirements of authorities 11 with jurisdiction including but not limited to City of Plano and NCTCOG. 12 C. Existing Utilities:Do not interrupt existing utilities serving facilities occupied by the 13 Owner or others except when permitted in writing by the Owner and then only after 14 acceptable temporary utility services have been provided. 15 D. For landscape areas,allow for 0.33 feet or four inches below the proposed finished 16 grade for topsoil fill per Section 32 92 00 for turf grass areas. Reference the 17 Landscape Plans and Specification sections for additional instructions. 18 1.2 SECTION INCLUDES 19 A. Provide complete earthwork including: 20 1. Removing topsoil,if desired. 21 2. General excavation,excavation for footings and subgrades. 22 3. Paving base preparation. 23 4. Rough grading. 24 5. Fill and backfill. 25 6. Finish grading. 26 1.3 REFERENCES 27 A. ANSI/ASTM C136-Sieve Analysis of Fine and Coarse Aggregates. 28 B. ANSUASTM D698 -Moisture-Density Relations of Soils and Soil-Aggregate 29 Mixture Using 5.5 lb Rammer and 12 inch Drop. 30 C. ANSUASTM D1557 -Moisture-Density Relations of Soils and Soil-Aggregate 31 Mixture Using 10 lb Rammer and 18 inch Drop. 32 D. ANSI/ASTM D2922-Density of Soil in Place by the Nuclear Methods. 33 E. TSDHPT-Texas State Department of Highways and Public Transportation- 34 Standard Specifications for Construction of Highways,Streets and Bridges,as 35 amended. 36 1.4 BASIS FOR BIDS AND PAYMENT 37 A. Bids shall be based on excavating and filling with materials encountered at site 38 except where special fill or backfill materials are specified herein or indicated on 39 Drawings. No allowance or extra payments will be made by reason of variation in 40 types of soil encountered or variations in their moisture contents. Additional fill 41 material required shall be furnished and included as a part of the work. Removal of 42 excess or objectionable materials shall be included as a part of the work. 43 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park CONSULTANT SPECIFICATION DOCUMENT 002475 31232300-2 EARTHWORK Page 2 of 5 1 B. Payment for excavation and fill shall be paid as a Lump Sum basis. 2 1.5 PROTECTION 3 A. Protect walkways, utilities, structures, pavements, and trees, shrubs, lawns, and 4 other features remaining as a portion of final landscaping. Refer to the drawings 5 for protective fencing details and location. 6 B. Protect benchmarks, existing structures, site furniture, fences, sidewalks, paving, 7 and curbs from equipment and vehicular traffic. 8 C. Protect above and below grade utilities which are to remain. 9 D. Underpin adjacent structures and paving which may be damaged by excavation 10 work, including service utilities and pipe chases. Protect creek bank slopes as 11 needed to prevent failure due to construction. 12 E. Notify Owner of unexpected subsurface or slope conditions and discontinue 13 affected work in area until notified to resume work. 14 G. Protect bottom of excavations and soil adjacent to and beneath foundations from 15 frost. 16 H. Grade excavation top perimeter to prevent surface water run-off into excavation. 17 I. Protect excavated areas from intrusion by pedestrians. 18 1.6 EROSION CONTROL 19 A. Provide erosion control as required by City of Fort Worth and regulating agencies. 20 Provide organic filter tubes as specified. 21 B. Submit erosion control plan as required to local and regulatory agencies. 22 1.7 SUBMITTALS 23 A. Submit erosion control plan for Owner review. 24 B. Submit samples of gravel and sand if requested. 25 1.8 COORDINATION 26 A. Coordinate excavation work with other trades for proper scheduling of work. 27 Accurately record location of utilities to remain prior to beginning work, including 28 horizontal dimensions,inverts and slope gradients. 29 1.9 TESTING 30 A. Testing will be performed in accordance with the General Provisions. 31 32 PART 2-PRODUCTS 33 34 2.1 STOCKPILING 35 A. Material cut or excavated which is suitable for backfilling may be stored on site to 36 be distributed later. Fill material required to be hauled in may be stockpiled at site 37 until used, provided it is properly handled to prevent contamination with 38 undesirable materials. Location of stockpiles shall be subject to approval of 39 Owner's representative. Stockpile topsoil separate from excavated sub-soil. 40 2.2 SURPLUS MATERIALS 41 A. Excavated materials not to be used in fills and backfills immediately on this project 42 shall be removed from site and legally disposed. 43 B. Materials containing rubbish, debris, or rocks shall be removed and not be used for 44 fill. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park CONSULTANT SPECIFICATION DOCUMENT 002475 31232300-3 EARTHWORK Page 3 of 5 1 2.3 MATERIALS 2 A. General Fill and Backfill: Suitable existing excavated on-site soil free from 3 vegetation,debris, and other deleterious matter,unless otherwise noted. 4 B. Top Soil for rough grading: 5 1. Clean natural topsoil free of vegetation, debris and other deleterious matter, 6 and approved by Landscape Architect. 7 2. Upper 6" of topsoil stripped may be used, if suitable, otherwise use imported 8 natural, fertile, friable soil possessing characteristics representative of 9 productive growing soils in the area. 10 3. Topsoil will be rejected if excessively acid or alkaline or contains toxic 11 substances harmful to plant growth. 12 4. Provide topsoil free from weeds, nutgrass, lumps, stones larger than 1 inch, 13 roots,or similar substances. 14 C. Gravel: Clean well-graded, natural gravel or crushed stone free from shale, clay, 15 organic materials or debris; graded to ASTM C136 standards and the following 16 limits: 17 18 Sieve Size Percent Passing 19 1 1/2 inch 100 20 1 inch 90 to 100 21 3/4 inch 45 to 100 22 5/8 inch 30 to 85 23 '6 inch 13 to 55 24 3/8 inch 0 to 30 25 1/4 inch 0 to 15 26 No.4 0 27 Submit four pound sample for approval if required. 28 D. Granular Leveling Course Under Slabs, Walks, and Decks on Grade: Pit run 29 cushion sand, free of organic matter, clays or other binder materials. Provide sand 30 at four inch depth or as indicated on the drawings. Submit one pound sample for 31 approval. 32 E. Topsoil for Fine Grading—Use stripped topsoil or imported sandy loam as needed 33 and approved by Owner. Topsoil shall be a minimum depth of 6" in all areas of the 34 site disturbed by construction. 35 36 PART 3—EXECUTION 37 38 3.1 EXAMINATION 39 A. Establish extent of excavation by area and elevation; designate and identify datum 40 elevation. 41 B. Set required lines and levels. 42 C. Maintain bench marks,monuments and other reference points. 43 44 3.2 PREPARATION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park CONSULTANT SPECIFICATION DOCUMENT 002475 31232300-4 EARTHWORK Page 4 of 5 1 A. Before starting excavation, establish location and extent of underground utilities 2 occurring in work area. Notify Owner's representative if conflicts occur between 3 drawings and utilities. 4 B. Protect utility services uncovered by excavation. 5 C. Upon discovery of unknown utility or concealed condition, discontinue affected 6 work and notify Owner's representative. 7 3.3 ROUGH GRADING 8 A. Contours on the drawings indicate existing grade. Spot elevations show finish 9 grade of turf grass, paving or play surface. Excavate and rough grade to allow for 10 fill of specified soil or paving. 11 B. Maintain excavations to drain and be free of excess water. Ponding of water on 12 site will not be permitted. 13 C. Remove objectionable and excess materials from site when excavated. 14 D. Exercise extreme care in grading around existing trees. Do not disturb existing 15 grades around existing trees except as otherwise noted. 16 3.4 FILLS AND BACKFILLS- GENERAL 17 A. Verify areas to be backfilled are free of debris, snow, ice or water, and ground 18 surfaces are not frozen. 19 B. Proof roll exposed subgrade in paving areas with heavily loaded dump truck or 20 similar acceptable construction equipment, to detect unsuitable soil conditions. 21 Commence proof rolling operations after a suitable period of dry weather to avoid 22 degrading acceptable subgrade surfaces. Make four passes over each section with 23 proof rolling equipment,with the last two perpendicular to the first two. 24 C. Cut out soft areas of subgrade not readily capable of in- situ compaction. Backfill 25 and compact to density equal to requirements for subsequent backfill material. 26 D. Site backfill systematically, as early as possible, to allow maximum time for 27 natural settlement. Do not backfill over porous,wet or spongy subgrade surfaces. 28 E. Use a placement method that will not disturb or damage utilities in trenches. 29 F. Maintain optimum moisture content of backfill materials to attain required 30 compaction density. 31 G. Make gradual changes in grade. Blend slopes into level areas. 32 3.5 FILLS 33 A. Roughen and loosen filled areas before placing of fill materials. 34 B. Spread suitable fill materials in uniform layers over area not to exceed 8" thick 35 compaction. 36 C. Wet and work materials as required for proper compaction and thoroughly mix. 37 Compaction shall be by tamping rollers or by utilizing excavation equipment to 38 spread and compact fill to a uniform density equal to natural density of material 39 before excavating. 40 D. Areas adjacent to building, or where compacting equipment cannot work, shall be 41 compacted with hand tampers. 42 E. Compact filled areas to 95% Standard Proctor and to lines and grades shown, with 43 allowances for a final layer of soil mix at least two (2") inch thick in lawn. 44 Compact areas under paving to 95% Standard Proctor. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park CONSULTANT SPECIFICATION DOCUMENT 002475 31232300-5 EARTHWORK Page 5 of 5 1 F. Where fill is required at base of existing trees, place a maximum of six (6") inch 2 depth of gravel as directed by the Owner's representative. 3 3.5 BERMS AND SWALES 4 A. Mark location of berms and swales in the field for Landscape Architect approval 5 prior to grading. 6 B. Use stake to mark height of berms. 7 3.6 EXPLOSIVES 8 A. Use of explosives is strictly prohibited. 9 3.7 FINISH GRADING 10 A. After rough grading has been completed and site cleared of construction debris, 11 cover areas disturbed by construction or graded to provide new finish grades with a 12 layer of topsoil as specified in 32 91 19. 13 B. Reuse stockpiled topsoil,cleaned of foreign matter, or provide additional approved 14 topsoil as required in Section 32 91 19. 15 C. Final grades shall be as shown or as directed by Landscape Architect and shall 16 slope away from paving and shall provide drainage for area. Provide topsoil as 17 needed for grade transition from paving to existing grade. 18 D. Degree of finish shall be that ordinarily obtainable with blade grader or scraper 19 operations. 20 E. Finish surfaces shall not be more than 0.10 feet above or below established grade 21 elevation. 22 F. Provide uniform roundings at top and bottom of slopes and other breaks in grade. 23 Correct irregularities and areas where water will stand. 24 G. Uniformly distribute topsoil to required grades; feather back to where grades 25 remain unchanged. 26 H. Finish lawn and unpaved areas to be 1 '6-inch below top of walk and curbs. In area 27 of handicap access, as indicated on Drawings, finished lawn to be 1/-inch below 28 top of paving. 29 1. Receive approval from Landscape Architect for fine grading and shaping of berms 30 and swales. 31 3.8 PROTECTION,CLEAN-UP AND EXCESS MATERIALS 32 A. Protect grades from construction and weather damage, washing, erosion and 33 rutting,and repair such damage that occurs. 34 B. Correct any settlement below established grades to prevent ponding of water. 35 C. At locations where lime, concrete or other foreign matter has penetrated or been 36 mixed with earth,remove damaged earth and replace with clean material. 37 D. Remove excess stockpiled material, debris, waste, and other material from site and 38 leave work in clean finished condition for final acceptance. Contractor is 39 responsible for disposal of debris and excess materials. 40 41 42 END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park CONSULTANT SPECIFICATION DOCUMENT 002475 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 312316 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed.Removal of materials 7 encountered to the lines, grades,and typical sections shown on the Drawings and 8 removal from site.Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 3. Section 3123 23—Borrow 20 4. Section 3124 00—Embankments 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Excavation by Plan Quantity 24 a. Measurement 25 1) Measurement for this Item shall be by lump sum in its final position using 26 the average end area method.Limits of measurement are shown on the 27 Drawings. 28 2) When measured by lump sum in its final position,this is a plans quantity 29 measurement Item.The quantity to be paid is the quantity shown in the 30 proposal,unless modified by Article 11.04 of the General Conditions. 31 Additional measurements or calculations will be made if adjustments of 32 quantities are required. 33 3) Bids shall be based on excavating and filling with materials encountered at 34 site except where special fill or backfill materials are specified herein or 35 indicated on drawings. No allowance or extra payments will be made by 36 reason of variation in types of soil encountered or variations in their 37 moisture contents. Additional fill material required shall be and included 38 as part of the work. Removal of excess or objectionable materials shall be 39 included as a part of the work. 40 b. Payment CITY OF FORT WORTH Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per lump sum of"Unclassified Excavation by Plan". No additional 4 compensation will be allowed for rock or shrinkage/swell factors,as these are 5 the Contractor's responsibility. 6 c. The price bid shall include: 7 1) Excavation 8 2) Excavation Safety 9 3) Special fill or backfill materials 10 4) Drying 11 5) Dust Control 12 6) Reworking or replacing the over excavated material in rock cuts 13 7) Hauling unsuitable material 14 8) Disposal of excess material not used elsewhere onsite 15 9) Scarification 16 10)Clean-up 17 1.3 REFERENCES 18 A. Definitions 19 1. Unclassified Excavation—Without regard to materials, all excavations shall be 20 considered unclassified and shall include all materials excavated. Any reference to 21 Rock or other materials on the Drawings or in the specifications is solely for the 22 City and the Contractor's information and is not to be taken as a classification of 23 the excavation. 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 26 01. 27 1.5 SUBMITTALS [NOT USED] 28 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 29 1.7 CLOSEOUT SUBMITTALS [NOT USED] 30 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 31 1.9 QUALITY ASSURANCE 32 A. Excavation Safety 33 1. The Contractor shall be solely responsible for making all excavations in a safe 34 manner. 35 2. All excavation and related sheeting and bracing shall comply with the requirements 36 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 37 1.10 DELIVERY,STORAGE,AND HANDLING 38 A. Storage 39 1. Within Existing Rights-of-Way (ROW) 40 a. Soil may be stored within existing ROW,easements or temporary construction 41 easements,unless specifically disallowed in the Contract Documents. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 b. Do not block drainage ways,inlets or driveways. 2 c. Provide erosion control in accordance with Section 3125 00. 3 d. When the Work is performed in active traffic areas, store materials only in 4 areas barricaded as provided in the traffic control plans. 5 e. In non-paved areas,do not store material on the root zone of any trees or in 6 landscaped areas. 7 2. Designated Storage Areas 8 a. If the Contract Documents do not allow the storage of spoils within the ROW, 9 easement or temporary construction easement,then secure and maintain an 10 adequate storage location. 11 b. Provide an affidavit that rights have been secured to store the materials on 12 private property. 13 c. Provide erosion control in accordance with Section 3125 00. 14 d. Do not block drainage ways. 15 1.11 FIELD CONDITIONS 16 A. Existing Conditions 17 1. Any data which has been or may be provided on subsurface conditions is not 18 intended as a representation or warranty of accuracy or continuity between soils.It 19 is expressly understood that neither the City nor the Engineer will be responsible 20 for interpretations or conclusions drawn there from by the Contractor. 21 2. Data is made available for the convenience of the Contractor. 22 1.12 WARRANTY[NOT USED] 23 PART 2- PRODUCTS [NOT USED] 24 2.1 OWNER-FURNISHED[NOT USED] 25 2.2 PRODUCT TYPES AND MATERIALS 26 A. Materials 27 1. Unacceptable Fill Material 28 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 29 D2487 30 2. Top Soil for rough grading: 31 a. Clean natural topsoil free of vegetation,debris and other deleterious matter,and 32 approved by Landscape Architect. 33 b. Upper 6"of topsoil stripped may be used,if suitable,otherwise use imported 34 natural,fertile,friable soil possessing characteristics representative of 35 productive growing soils in the area. 36 c. Topsoil will be rejected if excessively acid or alkaline or contains toxic 37 substances harmful to plant growth. 38 d. Provide topsoil free from weeds,nutgrass,lumps,stones larger than 1 inch, 39 roots,or similar substances. 40 3. Top Soil for fine grading—Use stripped topsoil or imported sandy loam as needed 41 and approved by Owner. All areas of disturbed ground shall have 6"of topsoil 42 possessing characteristics representative of productive growing soils in the area. 43 CITY OF FORT WORTH Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION[NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 CONSTRUCTION 6 A. Accept ownership of unsuitable or excess material and dispose of material off-site 7 accordance with local, state,and federal regulations at locations. 8 B. Excavations shall be performed in the dry,and kept free from water, snow and ice 9 during construction with eh exception of water that is applied for dust control. 10 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 11 properly dispose according to disposal plan. 12 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 13 proposed or existing structures. 14 E. Correct any damage to the subgrade caused by weather,at no additional cost to the 15 City. 16 F. Shape slopes to avoid loosening material below or outside the proposed grades. 17 Remove and dispose of slides as directed. 18 G. Rock Cuts 19 1. Excavate to finish grades. 20 2. In the event of over excavation due to contractor error below the lines and grades 21 established in the Drawings,use approved embankment material compacted in 22 accordance with Section 3124 00 to replace the over excavated at no additional 23 cost to City. 24 H. Earth Cuts 25 1. Excavate to finish subgrade 26 2. In the event of over excavation due to contractor error below the lines and grades 27 established in the Drawings,use approved embankment material compacted in 28 accordance with Section 3124 00 to replace the over excavated at no additional 29 cost to City. 30 3. Manipulate and compact subgrade in accordance with Section 3124 00. 31 3.5 REPAIR[NOT USED] 32 3.6 RE-INSTALLATION[NOT USED] 33 3.7 FIELD QUALITY CONTROL 34 A. Subgrade Tolerances 35 1. Excavate to within 0.1 foot in all directions. 36 2. In areas of over excavation,Contractor provides fill material approved by the City 37 at no expense to the City. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 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-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. 9 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312323-1 BORROW Page 1 of 5 1 SECTION 3123 23 2 BORROW 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish,place and compact Borrow material for grading. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 3. Section 3123 16—Unclassified Excavation 13 4. Section 3124 00—Embankments 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Borrow by Plan Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by lump sum in its final position using 19 the average end area method.Limits of measurement are shown on the 20 Drawings. 21 2) When measured by lump sum in its final position,this is a plans quantity 22 measurement Item. The quantity to be paid is the quantity shown in the 23 proposal,unless modified by Article 11.04 of the General Conditions. 24 Additional measurements or calculations will be made if adjustments of 25 quantities are required. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price bid per lump sum of"Borrow by Plan"for the various borrow 30 materials. No additional compensation will be allowed for rock or 31 shrinkage/swell factors,as these are the Contractor's responsibility. 32 c. The price bid shall include: 33 1) Transporting or hauling material 34 2) Furnishing,placing,compacting and finishing Borrow 35 3) Construction Water 36 4) Dust Control 37 5) Clean-up 38 6) Proof Rolling 39 7) Disposal of excess or waste material 40 8) Reworking or replacement of undercut material CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312323-2 BORROW Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM Standards 7 a. ASTM D2487,Standard Practice for Classification of Soils for Engineering 8 Purposes(Unified Soil Classification System) 9 b. ASTM D4318-10,Standard Test Methods for Liquid Limit,Plastic Limit,and 10 Plasticity Index of Soils 11 c. ASTM D6913, Standard Test Methods for Particle-Size Distribution 12 (Gradation)of Soils Using Sieve Analysis 13 d. ASTM D698,Standard Test Methods for Laboratory Compaction 14 Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft) 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS 17 A. Submittals shall be in accordance with Section 0133 00. 18 B. All submittals shall be approved by the City prior to construction. 19 C. Submit laboratory tests reports for each soil borrow source used to supply general 20 borrow and select fill materials. 21 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 22 A. Shop Drawings 23 1. Stockpiled Borrow material 24 a. Provide a description of the storage of the delivered Borrow material only if the 25 Contract Documents do not allow storage of materials in the right-of-way of the 26 easement. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Borrow material shall be tested prior to delivery to the Site. 31 1. Provide Proctor Test results,Gradation and Atterberg Limits for Borrow material 32 from each source. 33 a. All testing listed above shall be performed in terms of ASTM D698,ASTM 34 D6913 and ASTM D4318-10 respectively. 35 1.10 DELIVERY,STORAGE,AND HANDLING 36 A. Delivery 37 1. Coordinate all deliveries and haul-off. 38 B. Storage 39 1. Within Existing Rights-of-Way (ROW) CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312323-3 BORROW Page 3 of 5 1 a. Borrow materials may be stored within existing ROW,easements or temporary 2 construction easements,unless specifically disallowed in the Contract 3 Documents. 4 b. Do not block drainage ways,inlets or driveways. 5 c. Provide erosion control in accordance with Section 3125 00. 6 d. Store materials only in areas barricaded as provided in the traffic control plans. 7 e. In non-paved areas,do not store material on the root zone of any trees or in 8 landscaped areas. 9 2. Designated Storage Areas 10 a. If the Contract Documents do not allow the storage of Borrow materials within 11 the ROW,easement or temporary construction easement,then secure and 12 maintain an adequate storage location. 13 b. Provide an affidavit that rights have been secured to store the materials on 14 private property. 15 c. Provide erosion control in accordance with Section 3125 00. 16 d. Do not block drainage ways. 17 e. Only materials used for 1 working day will be allowed to be stored in the work 18 zone. 19 1.11 FIELD CONDITIONS [NOT USED] 20 1.12 WARRANTY[NOT USED] 21 PART 2- PRODUCTS 22 2.1 OWNER-FURNISHED[NOT USED] 23 2.2 PRODUCT TYPES AND MATERIALS 24 A. Borrow 25 1. Additional soil beneath pavements,roadways,foundations and other structures 26 required to achieve the elevations shown on the Drawings. 27 2. Acceptable Fill Material 28 a. In-situ or imported soils classified as CL,CH,SC or GC in accordance with 29 ASTM D2487 30 b. Free from deleterious materials,boulders over 6 inches in size and organics 31 c. Can be placed free from voids 32 d. Must have 20 percent passing the number 200 sieve 33 3. Blended Fill Material 34 a. In-situ soils classified as SP,SM,GP or GM in accordance with ASTM D2487 35 b. Blended with in-situ or imported Acceptable Fill material to meet the 36 requirements of an Acceptable Fill Material 37 c. Free from deleterious materials,boulders over 6 inches in size and organics 38 d. Must have 20 percent passing the number 200 sieve 39 4. Select Fill 40 a. Classified as SC or CL in accordance with ASTM D2487 41 b. Liquid limit less than 35 42 c. Plasticity index between 8 and 20 43 5. Cement Stabilized Sand(CSS) CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312323-4 BORROW Page 4 of 5 1 a. Sand or silty sand 2 b. Free of clay or plastic material 3 c. Minimum of 4 percent cement content of Type III portland cement 4 d. 100 to 150 psi compressive strength at 2 days in accordance with ASTM 5 D1633,Method A 6 e. 200 to 250 psi compressive strength at 23 days in accordance with ASTM 7 D1633,Method A 8 f. Mix in a stationary pug mill,weigh-batch or continuous mixing plant 9 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 10 2.4 ACCESSORIES [NOT USED] 11 2.5 SOURCE QUALITY CONTROL[NOT USED] 12 PART 3- EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION[NOT USED] 15 3.3 PREPARATION[NOT USED] 16 3.4 INSTALLATION 17 A. All Borrow placement shall be performed in accordance to Section 3124 00. 18 3.5 REPAIR[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD QUALITY CONTROL 21 A. Field quality control will be performed in accordance to Section 3124 00. 22 3.8 SYSTEM STARTUP[NOT USED] 23 3.9 ADJUSTING [NOT USED] 24 3.10 CLEANING [NOT USED] 25 3.11 CLOSEOUT ACTIVITIES [NOT USED] 26 3.12 PROTECTION[NOT USED] 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 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 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312323-5 BORROW Page 5 of 5 1/28/13 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 1 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-1 EMBANKMENTS Page 1 of 9 1 SECTION 3124 00 2 EMBANKMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Transporting and placement of Acceptable Fill Material within the boundaries of 7 the Site for construction of: 8 a. Roadways 9 b. Embankments 10 c. Drainage Channels 11 d. Site Grading 12 e. Any other operation involving the placement of on-site materials 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 3. Section 3123 16—Unclassified Excavation 19 4. Section 3123 23—Borrow 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Embankments by Plan Quantity 23 a. Measurement 24 1) Measurement for this Item shall be by lump sum in its final position using 25 the average end area method.Limits of measurement are shown on the 26 Drawings. 27 2) When measured by lump sum in its final position,this is a plans quantity 28 measurement Item.The quantity to be paid is the quantity shown in the 29 proposal,unless modified by Article 11.04 of the General Conditions. 30 Additional measurements or calculations will be made if adjustments of 31 quantities are required. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 and measured as provided under"Measurement"will be paid for at the unit 35 price bid lump sum of"Embankment by Plan". No additional 36 compensation will be allowed for rock or shrinkage/swell factors,as these 37 are the Contractor's responsibility. 38 c. The price bid shall include: 39 1) Transporting or hauling material 40 2) Placing,compacting,and finishing Embankment 41 3) Construction Water 42 4) Dust Control CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-2 EMBANKMENTS Page 2 of 9 1 5) Clean-up 2 6) Proof Rolling 3 7) Disposal of excess materials 4 8) Reworking or replacement of undercut material 5 1.3 REFERENCES 6 A. Reference Standards 7 1. Reference standards cited in this specification refer to the current reference standard 8 published at the time of the latest revision date logged at the end of this 9 specification,unless a date is specifically cited. 10 2. ASTM Standards 11 a. ASTM D4318-10,Test Procedure for Determining Liquid Limit,Plastic Limit, 12 and Plasticity Index of Soils 13 b. ASTM D4943-08,Standard Test Method for Shrinkage Factors of Soils by the 14 Wax Method 15 c. ASTM D698-07el,Standard Test Methods for Laboratory Compaction 16 Characteristics of Soil Using Standard Effort 17 d. ASTM D1557-09,Standard Test Methods for Laboratory Compaction 18 Characteristics of Soil Using Modified Effort 19 e. ASTM D7382-08, Standard Test for Determination of Maximum Dry Unit 20 Weight and Water Content Range for Effective Compaction of Granular Soils 21 Using a Vibrating Hammer 22 f. ASTM D1556-07,Standard Test for Density and Unit Weight of Soil In-Place 23 by the Sand Cone Method 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Sequencing 26 1. Sequence work such that calls of proctors are complete in accordance with ASTM 27 D698 prior to commencement of construction activities. 28 1.5 SUBMITTALS 29 A. Submittals shall be in accordance with Section 0133 00. 30 B. All submittals shall be approved by the City prior to construction 31 1,6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 32 A. Shop Drawings 33 1. Stockpiled material 34 a. Provide a description of the storage of the excavated material only if the 35 Contract Documents do not allow storage of materials in the right-of-way or the 36 easement CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-3 EMBANKMENTS Page 3 of 9 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE[NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING 5 A. Storage 6 1. Within Existing Rights-of-Way (ROW) 7 a. Soil may be stored within existing ROW,easements or temporary construction 8 easements,unless specifically disallowed in the Contract Documents. 9 b. Do not block drainage ways,inlets or driveways. 10 c. Provide erosion control in accordance with Section 3125 00. 11 d. When the Work is performed in active traffic areas, store materials only in 12 areas barricaded as provided in the traffic control plans. 13 e. In non-paved areas,do not store material on the root zone of any trees or in 14 landscaped areas. 15 2. Designated Storage Areas 16 a. If the Contract Documents do not allow the storage within the ROW,easement 17 or temporary construction easement,then secure and maintain an adequate 18 storage location. 19 b. Provide an affidavit that rights have been secured to store the materials on 20 private property. 21 c. Provide erosion control in accordance with Section 3125 00. 22 d. Do not block drainage ways. 23 1.11 FIELD CONDITIONS 24 A. Existing Conditions 25 1. Any data which has been or may be provided on subsurface conditions is not 26 intended as a representation or warranty of accuracy or continuity between soils.It 27 is expressly understood that neither the City nor the Engineer will be responsible 28 for interpretations or conclusions drawn there from by the Contractor. 29 2. Data is made available for the convenience of the Contractor. 30 1.12 WARRANTY [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED[NOT USED] 33 2.2 PRODUCT TYPES AND MATERIALS 34 A. Materials 35 1. Acceptable Fill Material 36 a. In-situ or imported soils classified as CL,CH,SC or GC in accordance with 37 ASTM D2487 38 b. Free from deleterious materials,boulders over 6 inches in size and organics 39 c. Can be placed free from voids 40 d. Must have 20 percent passing the number 200 sieve CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-4 EMBANKMENTS Page 4 of 9 1 2. Blended Fill Material 2 a. In-situ soils classified as GW,GP,GM, SW, SP,or SM in accordance with 3 ASTM D2487 4 b. Blended with in-situ or imported acceptable backfill material to meet the 5 requirements of an Acceptable Backfill Material 6 c. Free from deleterious materials,boulders over 6 inches in size and organics 7 d. Must have 20 percent passing the number 200 sieve 8 3. Unacceptable Fill Material 9 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 10 D2487 11 4. Select Fill 12 a. Classified as SC or CL in accordance with ASTM D2487 13 b. Liquid limit less than 35 14 c. Plasticity index between 8 and 20 15 2.3 ASSEMBLY OR FABRICATION TOLERANCES [NOT USED] 16 2.4 ACCESSORIES [NOT USED] 17 2.5 SOURCE QUALITY CONTROL[NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS [NOT USED] 20 3.2 EXAMINATION[NOT USED] 21 3.3 PREPARATION 22 A. Protection of In-Place Conditions 23 1. Pavement 24 a. Conduct activities in such a way that does not damage existing pavement that is 25 designated to remain. 26 b. Repair or replace any pavement damaged due to the negligence of the 27 contractor outside the limits designated for pavement removal at no additional 28 cost 29 2. Trees 30 a. When operating outside of existing ROW,stake permanent and temporary 31 construction easements. 32 b. Restrict all construction activities to the designated easements and ROW. 33 c. Flag and protect all trees designated to remain in accordance with Section 31 10 34 00. 35 d. Conduct embankments in a manner such that there is no damage to the tree 36 canopy. 37 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 38 specifically allowed by the City. 39 1) Pruning or trimming may only be accomplished with equipment 40 specifically designed for tree pruning or trimming. 41 3. Above ground Structures 42 a. Protect all above ground structures adjacent to the construction. CITY OF FORT WORTH Park Improvements at.Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-5 EMBANKMENTS Page 5 of 9 1 4. Traffic 2 a. Maintain existing traffic,except as modified by the traffic control plan,and in 3 accordance with Section 34 71 13. 4 b. Do not block access to driveways or alleys for extended periods of time unless: 5 1) Alternative access has been provided 6 2) Proper notification has been provided to the property owner or resident 7 3) It is specifically allowed in the traffic control plan 8 3.4 INSTALLATION 9 A. Embankments General 10 1. Placing and Compacting Embankment Material 11 a. Perform fill operation in an orderly and systematic manner using equipment in 12 proper sequence to meet the compaction requirements 13 b. Scarify and loosen the unpaved surface areas,except rock,to a depth of at least 14 6 inches,unless otherwise shown on the Drawings 15 c. Place fill on surfaces free from trees,stumps,roots,vegetation,or other 16 deleterious materials 17 d. Bench slopes before placing material. 18 e. Begin filling in the lowest section or the toe of the work area 19 f. When fill is placed directly or upon older fill,remove debris and any loose 20 material and proof roll existing surface. 21 g. After spreading the loose lifts to the required thickness and adjusting its 22 moisture content as necessary,simultaneously recompact scarified material 23 with the placed embankment material. 24 h. Roll with sufficient number passes to achieve the minimum required 25 compaction. 26 i. Provide water sprinkled as necessary to achieve required moisture levels for 27 specified compaction 28 j. Do not add additional lifts until the entire previous lift is properly compacted. 29 2. Surface Water Control 30 a. Grade surface horizontally but provide with sufficient longitudinal and 31 transverse slope to allow for runoff of surface water from every point. 32 b. Conduct fills so that no obstruction to drainage from any other sections of fill is 33 created. 34 c. Install temporary dewatering sumps in low areas during filling where excess 35 amounts of runoff collect. 36 d. Compact uniformly throughout. Keep surfaces of fill reasonably smooth and 37 free from humps and hollows that would prevent proper uniform compaction. 38 e. Do not place fill during or shortly after rain events which prevent proper work 39 placement of the material and compaction 40 f. Prior to resuming compaction operations,remove muddy material off the 41 surface to expose firm and compacted materials 42 B. Embankments for Roads 43 1. Only Acceptable Fill Material will be allowed for roadways 44 2. Embankments for roadbeds shall be constructed in layers approximately parallel to 45 the finished grade of the street 46 3. Construct generally to conform to the cross section of the subgrade section as 47 shown in the Drawings. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-6 EMBANKMENTS Page 6 of 9 1 4. Establish grade and shape to the typical sections shown on the Drawings 2 5. Maintain finished sections of embankment to the grade and compaction 3 requirements until the project is accepted. 4 C. Earth Embankments 5 1. Earth embankment is mainly composed of material other than rock. Construct 6 embankments in successive layers,evenly distributing materials in lengths suited 7 for sprinkling and rolling. 8 2. Rock or Concrete 9 a. Obtain approval from the City prior to incorporating rock and broken concrete 10 produced by the construction project in the lower layers of the embankment. 11 b. No Rock or Concrete will be permitted in embankments in any location where 12 future utilities are anticipated. 13 c. When the size of approved rock or broken concrete exceeds the layer thickness 14 place the rock and concrete outside the limits of the proposed structure or 15 pavement. Cut and remove all exposed reinforcing steel from the broken 16 concrete. 17 3. Move the material dumped in piles or windrows by blading or by similar methods 18 and incorporate it into uniform layers. 19 4. Featheredge or mix abutting layers of dissimilar material for at least 100 feet to 20 ensure there are no abrupt changes in the material. 21 5. Break down clods or lumps of material and mix embankment until a uniform 22 material is attained. 23 D. Rock Embankments 24 1. Rock embankment is mainly composed of rock. 25 2. Rock Embankments for roadways are only allowed when specifically designated on 26 the Drawings. 27 3. Construct rock embankments in successive layers for the full width of the roadway 28 cross-section with a depth of 18-inches or less. 29 4. The layer depth for large rock sizes shall not exceed a depth of 18-inches in any 30 case. Fill voids created by the large stone matrix with smaller stones during the 31 placement and filling operations. 32 5. Ensure the depth of the embankment layer is greater than the maximum dimension 33 of any rock. 34 6. Do not place rock greater than 18-inches in its maximum dimension. 35 7. Construct the final layer with graded material so that the density and uniformity is 36 in accordance compaction requirements. 37 8. The upper or final layer of rock embankments shall contain no material larger than 38 4 inches in their maximum dimension. 39 E. Density 40 1. Compact each layer until the maximum dry density as determined by ASTM D698 41 is achieved. 42 a. Not Under Roadway or Structure: 43 1) areas to be compacted in the open,not beneath any structure,pavement, 44 flatwork,or is a minimum of lfoot outside of the edge of any structure, 45 edge of pavement,or back of curb. CrrY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-7 EMBANKMENTS Page 7 of 9 1 a) Compact each layer to a minimum of 90 percent Standard Proctor 2 Density. 3 b. Embankments under future paving: 4 1) Compact each layer to a minimum of 95 percent standard proctor density 5 with a moisture content not to exceed+4 percent or-2 percent of optimum 6 moisture or as indicated on the Drawings 7 c. Embankments under structures: 8 1) Compacted each layer as indicated on the Drawings 9 F. Maintenance of Moisture and Reworking 10 1. Maintain the density and moisture content once all requirements are met. 11 2. For soils with a PI greater than 15,maintain the moisture content no lower than 4 12 percentage points below optimum. 13 3. Rework the material to obtain the specified compaction when the material loses the 14 required stability,density,moisture,or finish. 15 4. Alter the compaction methods and procedures on subsequent work to obtain 16 specified density as directed by the City. 17 3.5 REPAIR[NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUAILITY CONTROL 20 A. Field Tests and Inspections 21 1. Proctors 22 a. The City will perform Proctors in accordance with ASTM D698. 23 b. Test results will generally be available to within 4 calendar days and distributed 24 to: 25 1) Contractor 26 2) City Project Manager 27 3) City Inspector 28 4) Engineer 29 c. Notify the City if the characteristic of the soil changes. 30 d. City will perform new proctors for varying soils: 31 1) When indicated in the geotechnical investigation in the Appendix 32 2) If notified by the Contractor 33 3) At the convenience of the City 34 e. Embankments where different soil types are present and are blended,the 35 proctors shall be based on the mixture of those soils. 36 2. Proof Rolling 37 a. Embankments under Future Pavement 38 1) City Project Representative must be on-site during proof rolling operations. 39 2) Use equipment that will apply sufficient load to identify soft spots that rut 40 or pump. 41 a) Acceptable equipment includes fully loaded single-axle water truck 42 with a 1500 gallon capacity. 43 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 44 4) Offset each trip by at most 1 tire width. 45 5) If an unstable or non-uniform area is found,correct the area. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-8 EMBANKMENTS Page 8 of 9 1 6) Correct 2 a) Soft spots that rut or pump greater than 3/4 inch. 3 b) Areas that are unstable or non-uniform 4 7) If a non-uniform area is found then correct the area. 5 b. Embankments Not Under Future Paving 6 1) No Proof Rolling is required. 7 3. Density Testing of Embankments 8 a. Density Test shall be in conformance with ASTM D2922. 9 b. For Embankments under future pavement: 10 1) The City will perform density testing twice per working day when 11 compaction operations are being conducted. 12 2) The testing lab shall take a minimum of 3 density tests,but the number of 13 test shall be appropriate for the area being compacted. 14 3) Testing shall be representative of the current lift being compacted. 15 4) Special attention should be placed on edge conditions. 16 c. For Embankments not under future pavement or structures: 17 1) The City will perform density testing once working day when compaction 18 operations are being conducted. 19 2) The testing lab shall take a minimum of 3 density tests. 20 3) Testing shall be representative of the current lift being compacted. 21 d. Make the area where the embankment is being placed available for testing. 22 e. The City will determine the location of the test. 23 f. The City testing lab will provide results to Contractor and the City's Inspector 24 upon completion of the testing. 25 g. A formal report will be posted to the City's Buzzsaw site within 48 hours. 26 h. Test reports shall include: 27 1) Location of test by station number 28 2) Time and date of test 29 3) Depth of testing 30 4) Field moisture 31 5) Dry density 32 6) Proctor identifier 33 7) Percent Proctor Density 34 B. Non-Conforming Work 35 1. All non-conforming work shall be removed and replaced. 36 3.8 SYSTEM STARTUP[NOT USED] 37 3.9 ADJUSTING [NOT USED] 38 3.10 CLEANING [NOT USED] 39 3.11 CLOSEOUT ACTIVITIES [NOT USED] 40 3.12 PROTECTION[NOT USED] 41 3.13 MAINTENANCE [NOT USED] 42 3.14 ATTACHMENTS [NOT USED] 43 END OF SECTION CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312400-9 EMBANKMENTS Page 9 of 9 1 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added possible measurement and payment procedures and Blue 12/20/2012 D. Johnson text for instructions on how the methods should be applied 2.2.2.a added GW and SW material classifications 1/28/13 D. Johnson 1 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 2 CITY OF FORT WORTH Park Improvements at.Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised January 28,2013 312500-1 EROSION AND SEDIMENT CONTROL Page 1 of 9 1 SECTION 3125 00 2 EROSION AND SEDIMENT CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Implementation of the project's Storm Water Pollution Prevention Plan(SWPPP) 7 and installation,maintenance and removal of erosion and sediment control devices 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Storm Water Pollution Prevention Plan<1 acre 16 a. Measurement 17 1) This Item is considered subsidiary to the various Items bid. 18 b. Payment 19 1) The work performed and the materials furnished in accordance with this 20 Item are subsidiary to the structure or Items being bid and no other 21 compensation will be allowed. 22 2. Storm Water Pollution Prevention Plan> 1 acre 23 a. Measurement for this Item shall be by lump sum. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item shall be paid for at the lump sum price bid for"SWPPP> 1 acre". 27 c. The price bid shall include: 28 1) Preparation of SWPPP 29 2) Implementation 30 3) Permitting fees 31 4) Installation 32 5) Maintenance 33 6) Removal 34 1.3 REFERENCES 35 A. Reference Standards 36 1. Reference standards cited in this Specification refer to the current reference 37 standard published at the time of the latest revision date logged at the end of this 38 Specification,unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-2 EROSION AND SEDIMENT CONTROL Page 2 of 9 1 a. ASTM D3786, Standard Test Method for Bursting Strength of Textile 2 Fabrics—Diaphragm Bursting Strength Tester Method 3 b. ASTM D4632, Standard Test Method for Grab Breaking Load and Elongation 4 of Geotextiles 5 c. ASTM D4751, Standard Test Method for Determining Apparent Opening Size 6 of a Geotextile 7 d. ASTM D4833, Standard Test Method for Index Puncture Resistance of 8 Geomembranes and Related Products 9 3. Texas Commission on Environmental Quality(TCEQ)TPDES General Permit No. 10 TXR150000 11 4. TxDOT Departmental Material Specifications(DMS) 12 a. DMS-6230"Temporary Sediment Control Fence Fabric" 13 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 14 1.5 SUBMITTALS 15 A. Storm Water Pollution Prevention Plan(SWPPP) 16 B. TCEQ Notice of Intent(NOI)for Storm Water Discharges Associated with 17 Construction Activity under the TPDES General Permit 18 C. Construction Site Notice 19 D. TCEQ Notice of Termination(NOT)for Storm Water Discharges Associated with 20 Construction Activity under the TPDES General Permit 21 E. Notice of Change(if applicable) 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY,STORAGE AND HANDLING [NOT USED] 27 1.11 FIELD [SITE] CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 31 2.2 PRODUCT TYPES AND MATERIALS 32 A. Rock Filter Dams 33 1. Aggregate 34 a. Furnish aggregate with hardness,durability,cleanliness and resistance to 35 crumbling,flaking and eroding acceptable to the Engineer. 36 b. Provide the following: 37 1) Types 1,2 and 4 Rock Filter Dams CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 '/4 inches 10 2) Minimum 0.0866 inch steel wire for netting 11 3) Minimum 0.1063 inch steel wire for selvages and corners 12 4) Minimum 0.0866 inch for binding or tie wire 13 B. Geotextile Fabric 14 1. Place the aggregate over geotextile fabric meeting the following criteria: 15 a. Tensile Strength of 250 pounds,per ASTM D4632 16 b. Puncture Strength of 135 pounds,per ASTM D4833 17 c. Mullen Burst Rate of 420 psi,per ASTM D3786 18 d. Apparent Opening Size of No. 20(max),per ASTM D4751 19 C. Sandbag Material 20 1. Furnish sandbags meeting Section 2.5 except that any gradation of aggregate may 21 be used to fill the sandbags. 22 D. Stabilized Construction Entrances 23 1. Provide materials that meet the details shown on the Drawings and this Section. 24 a. Provide crushed aggregate for long and short-term construction exits. 25 b. Furnish aggregates that are clean,hard,durable and free from adherent coatings 26 such as salt,alkali,dirt,clay, loam, shale, soft or flaky materials and organic 27 and injurious matter. 28 c. Use 3 to 5 inch coarse aggregate with a minimum thickness of 12 inches. 29 d. The aggregate shall be placed over a geotextile fabric meeting the following 30 criteria: 31 1) Tensile Strength of 300 pounds,per ASTM D4632 32 2) Puncture Strength of 120 pounds,per ASTM D4833 33 3) Mullen Burst Rate of 600 psi,per ASTM D3786 34 4) Apparent Opening Size of No.40(max),per ASTM D4751 35 E. Embankment for Erosion Control 36 1. Provide rock,loam,clay,topsoil or other earth materials that will form a stable 37 embankment to meet the intended use. 38 F. Sandbags 39 1. Provide sandbag material of polypropylene,polyethylene or polyamide woven 40 fabric with a minimum unit weight of 4 ounces per square yard,a Mullen burst- 41 strength exceeding 300 psi,and an ultraviolet stability exceeding 70 percent. 42 2. Use natural coarse sand or manufactured sand meeting the gradation given in Table 43 1 to fill sandbags. 44 3. Filled sandbags must be 24 to 30 inches long, 16 to 18 inches wide,and 6 to 8 45 inches thick. 46 Table 1 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-4 EROSION AND SEDIMENT CONTROL Page 4 of 9 1 Sand Gradation Sieve# Maximum Retained(% by Weight) 4 3 percent 100 80 percent 200 95 percent 2 G. Temporary Sediment Control Fence 3 1. Provide a net-reinforced fence using woven geo-textile fabric. 4 2. Logos visible to the traveling public will not be allowed. 5 a. Fabric 6 1) Provide fabric materials in accordance with DMS-6230, "Temporary 7 Sediment Control Fence Fabric." 8 b. Posts 9 1) Provide essentially straight wood or steel posts with a minimum length of 10 48 inches,unless otherwise shown on the Drawings. 11 2) Soft wood posts must be at least 3 inches in diameter or nominal 2 x 4 inch 12 3) Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 inch 13 4) T-or L-shaped steel posts must have a minimum weight of 1.3 pounds per 14 foot. 15 c. Net Reinforcement 16 1) Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire 17 mesh,with a maximum opening size of 2 x 4 inch,at least 24 inches wide, 18 unless otherwise shown on the Drawings. 19 d. Staples 20 1) Provide staples with a crown at least 3/4 inch wide and legs 1/2 inch long. 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL[NOT USED] 23 PART 3 - EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Storm Water Pollution Prevention Plan 29 1. Develop and implement the project's Storm Water Pollution Prevention Plan 30 (SWPPP)in accordance with the TPDES Construction General Permit TXR150000 31 requirements. Prevent water pollution from storm water runoff by using and 32 maintaining appropriate structural and nonstructural BMPs to reduce pollutants 33 discharges to the MS4 from the construction site. 34 B. Control Measures 35 1. Implement control measures in the area to be disturbed before beginning 36 construction,or as directed.Limit the disturbance to the area shown on the 37 Drawings or as directed. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-5 EROSION AND SEDIMENT CONTROL Page 5 of 9 1 2. Control site waste such as discarded building materials, concrete truck washout 2 water,chemicals, litter and sanitary waste at the construction site. 3 3. If, in the opinion of the Engineer,the Contractor cannot control soil erosion and 4 sedimentation resulting from construction operations,the Engineer will limit the 5 disturbed area to that which the Contractor is able to control.Minimize disturbance 6 to vegetation. 7 4. Immediately correct ineffective control measures.Implement additional controls as 8 directed. Remove excavated material within the time requirements specified in the 9 applicable storm water permit. 10 5. Upon acceptance of vegetative cover by the City,remove and dispose of all 11 temporary control measures,temporary embankments,bridges,matting,falsework, 12 piling,debris,or other obstructions placed during construction that are not a part of 13 the finished work,or as directed. 14 C. Do not locate disposal areas, stockpiles,or haul roads in any wetland,water body,or 15 streambed. 16 D. Do not install temporary construction crossings in or across any water body without the 17 prior approval of the appropriate resource agency and the Engineer. 18 E. Provide protected storage area for paints,chemicals, solvents,and fertilizers at an 19 approved location.Keep paints,chemicals, solvents,and fertilizers off bare ground and 20 provide shelter for stored chemicals. 21 F. Installation and Maintenance 22 1. Perform work in accordance with the TPDES Construction General Permit 23 TXR15OOOO. 24 2. When approved,sediments may be disposed of within embankments,or in areas 25 where the material will not contribute to further siltation. 26 3. Dispose of removed material in accordance with federal, state, and local 27 regulations. 28 4. Remove devices upon approval or when directed. 29 a. Upon removal, finish-grade and dress the area. 30 b. Stabilize disturbed areas in accordance with the permit,and as shown on the 31 Drawings or directed. 32 5. The Contractor retains ownership of stockpiled material and must remove it from 33 the project when new installations or replacements are no longer required. 34 G. Rock Filter Dams for Erosion Control 35 1. Remove trees,brush, stumps and other objectionable material that may interfere 36 with the construction of rock filter dams. 37 2. Place sandbags as a foundation when required or at the Contractor's option. 38 3. For Types 1,2,3,and 5,place the aggregate to the lines,height,and slopes 39 specified,without undue voids. 40 4. For Types 2 and 3,place the aggregate on the mesh and then fold the mesh at the 41 upstream side over the aggregate and secure it to itself on the downstream side with 42 wire ties,or hog rings,or as directed. 43 5. Place rock filter dams perpendicular to the flow of the stream or channel unless 44 otherwise directed. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-6 EROSION AND SEDIMENT CONTROL Page 6 of 9 1 6. Construct filter dams according to the following criteria,unless otherwise shown on 2 the Drawings: 3 a. Type 1 (Non-reinforced) 4 1) Height-At least 18 inches measured vertically from existing ground to top 5 of filter dam 6 2) Top Width-At least 2 feet 7 3) Slopes-At most 2:1 8 b. Type 2(Reinforced) 9 1) Height-At least 18 inches measured vertically from existing ground to top 10 of filter dam 11 2) Top Width-At least 2 feet 12 3) Slopes-At most 2:1 13 c. Type 3 (Reinforced) 14 1) Height-At least 36 inches measured vertically from existing ground to top 15 of filter dam 16 2) Top Width-At least 2 feet 17 3) Slopes-At most 2:1 18 d. Type 4(Sack Gabions) 19 1) Unfold sack gabions and smooth out kinks and bends. 20 2) For vertical filling,connect the sides by lacing in a single loop—double loop 21 pattern on 4-to 5-inches spacing.At 1 end,pull the end lacing rod until 22 tight,wrap around the end,and twist 4 times. At the filling end, fill with 23 stone,pull the rod tight,cut the wire with approximately 6 inches 24 remaining,and twist wires 4 times. 25 3) For horizontal filling,place sack flat in a filling trough,fill with stone, and 26 connect sides and secure ends as described above. 27 4) Lift and place without damaging the gabion. 28 5) Shape sack gabions to existing contours. 29 e. Type 5 30 1) Provide rock filter dams as shown on the Drawings. 31 H. Construction Entrances 32 1. When tracking conditions exist,prevent traffic from crossing or exiting the 33 construction site or moving directly onto a public roadway,alley, sidewalk,parking 34 area,or other right of way areas other than at the location of construction entrances. 35 2. Place the exit over a foundation course,if necessary. 36 a. Grade the foundation course or compacted subgrade to direct runoff from the 37 construction exits to a sediment trap as shown on the Drawings or as directed. 38 3. At drive approaches,make sure the construction entrance is the full width of the 39 drive and meets the length shown on the Drawings. 40 a. The width shall beat least 14 feet for 1-way and 24 feet for 2-way traffic for all 41 other points of ingress or egress or as directed by the Engineer. 42 I. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes,swales or combinations of both along the low crown of 47 daily lift placement,or as directed,to prevent runoff spillover. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-7 EROSION AND SEDIMENT CONTROL Page 7 of 9 1 2) Place swales and dikes at other locations as shown on the Drawings or as 2 directed to prevent runoff spillover or to divert runoff. 3 3) Construct cuts with the low end blocked with undisturbed earth to prevent 4 erosion of hillsides. 5 4) Construct sediment traps at drainage structures in conjunction with other 6 erosion control measures as shown on the Drawings or as directed. 7 5) Where required,create a sediment basin providing 3,600 cubic feet of 8 storage per acre drained,or equivalent control measures for drainage 9 locations that serve an area with 10 or more disturbed acres at 1 time,not 10 including offsite areas. 11 b. Excavation of Sediment and Debris 12 1) Remove sediment and debris when accumulation affects the performance of 13 the devices,after a rain,and when directed. 14 J. Sandbags for Erosion Control 15 1. Construct a berm or dam of sandbags that will intercept sediment-laden storm water 16 runoff from disturbed areas, create a retention pond,detain sediment and release 17 water in sheet flow. 18 2. Fill each bag with sand so that at least the top 6 inches of the bag is unfilled to 19 allow for proper tying of the open end. 20 3. Place the sandbags with their tied ends in the same direction. 21 4. Offset subsequent rows of sandbags 1/2 the length of the preceding row. 22 5. Place a single layer of sandbags downstream as a secondary debris trap. 23 6. Place additional sandbags as necessary or as directed for supplementary support to 24 berms or dams of sandbags or earth. 25 K. Temporary Sediment-Control Fence 26 1. Provide temporary sediment-control fence near the downstream perimeter of a 27 disturbed area to intercept sediment from sheet flow. 28 2. Incorporate the fence into erosion-control measures used to control sediment in 29 areas of higher flow.Install the fence as shown on the Drawings,as specified in this 30 Section,or as directed. 31 a. Post Installation 32 1) Embed posts at least 18 inches deep,or adequately anchor,if in rock,with a 33 spacing of 6 to 8 feet and install on a slight angle toward the run-off source. 34 b. Fabric Anchoring 35 1) Dig trenches along the uphill side of the fence to anchor 6 to 8 inches of 36 fabric. 37 2) Provide a minimum trench cross-section of 6 x 6 inches 38 3) Place the fabric against the side of the trench and align approximately 2 39 inches of fabric along the bottom in the upstream direction. 40 4) Backfill the trench,then hand-tamp. 41 c. Fabric and Net Reinforcement Attachment 42 1) Unless otherwise shown under the Drawings,attach the reinforcement to 43 wooden posts with staples,or to steel posts with T-clips, in at least 4 places 44 equally spaced. 45 2) Sewn vertical pockets may be used to attach reinforcement to end posts. 46 3) Fasten the fabric to the top strand of reinforcement by hog rings or cord 47 every 15 inches or less. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-8 EROSION AND SEDIMENT CONTROL Page 8 of 9 1 d. Fabric and Net Splices 2 1) Locate splices at a fence post with a minimum lap of 6 inches attached in at 3 least 6 places equally spaced,unless otherwise shown under the Drawings. 4 a) Do not locate splices in concentrated flow areas. 5 2) Requirements for installation of used temporary sediment-control fence 6 include the following: 7 a) Fabric with minimal or no visible signs of biodegradation(weak fibers) 8 b) Fabric without excessive patching(more than 1 patch every 15 to 20 9 feet) 10 c) Posts without bends 11 d) Backing without holes 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION[NOT USED] 14 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP[NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING 18 A. Waste Management 19 1. Remove sediment,debris and litter as needed. 20 3.11 CLOSEOUT ACTIVITIES 21 A. Erosion control measures remain in place and are maintained until all soil disturbing 22 activities at the project site have been completed. 23 B. Establish a uniform vegetative cover with a density of 70 percent on all unpaved areas, 24 on areas not covered by permanent structures,or in areas where permanent erosion 25 control measures(i.e.riprap,gabions,or geotextiles)have been employed. 26 3.12 PROTECTION[NOT USED] 27 3.13 MAINTENANCE 28 A. Install and maintain the integrity of temporary erosion and sedimentation control 29 devices to accumulate silt and debris until earthwork construction and permanent 30 erosion control features are in place or the disturbed area has been adequately stabilized 31 as determined by the Engineer. 32 B. If a device ceases to function as intended,repair or replace the device or portions 33 thereof as necessary. 34 C. Perform inspections of the construction site as prescribed in the Construction General 35 Permit TXR150000. 36 D. Records of inspections and modifications based on the results of inspections must be 37 maintained and available in accordance with the permit. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 3.14 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not limited to: 7 a. Utility cuts(water,sanitary sewer,drainage,franchise utilities,etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 16 Contract 17 2. Division 1 —General Requirements 18 3. Section 03 34 16—Concrete Base Material for Trench Repair 19 4. Section 32 12 16—Asphalt Paving 20 5. Section 32 13 13—Concrete Paving 21 6. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Asphalt Pavement Repair 25 a. Measurement 26 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 27 Repair based on the defined width and roadway classification specified in 28 the Drawings. 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 price per linear foot of Asphalt Pavement Repair. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing,loading,unloading, storing,hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt,aggregate,and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 8) Removal and/or sweeping excess material 2 2. Asphalt Pavement Repair for Utility Service Trench 3 a. Measurement 4 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 5 Repair centered on the proposed sewer service line measured from the face 6 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid price per linear foot of"Asphalt Pavement Repair,Service" I i installed for: 12 a) Various types of utilities 13 c. The price bid shall include: 14 1) Preparing final surfaces 15 2) Furnishing,loading,unloading,storing,hauling and handling all materials 16 including freight and royalty 17 3) Traffic control for all testing 18 4) Asphalt,aggregate,and additive 19 5) Materials and work needed for corrective action 20 6) Trial batches 21 7) Tack coat 22 8) Removal and/or sweeping excess material 23 3. Asphalt Pavement Repair Beyond Defined Width 24 a. Measurement 25 1) Measurement for this Item will be by the square yard for asphalt pavement 26 repair beyond pay limits of the defined width of Asphalt Pavement Repair 27 by roadway classification specified in the Drawings. 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 bid per square yard of Asphalt Pavement Repair Beyond Defined 32 Width. 33 c. The price bid shall include: 34 1) Preparing final surfaces 35 2) Furnishing,loading,unloading,storing,hauling and handling all materials 36 including freight and royalty 37 3) Traffic control for all testing 38 4) Asphalt,aggregate,and additive 39 5) Materials and work needed for corrective action 40 6) Trial batches 41 7) Tack coat 42 8) Removal and/or sweeping excess material 43 4. Extra Width Asphalt Pavement Repair 44 a. Measurement 45 1) Measurement for this Item will be by the square yard for surface repair 46 (does not include base repair)for: 47 a) Various thicknesses 48 b. Payment CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement'will be paid for at the unit 3 price bid per square yard of Extra Width Asphalt Pavement Repair 4 c. The price bid shall include: 5 1) Preparing final surfaces 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 1.3 REFERENCES 15 A. Definitions 16 1. H.M.A.C.—Hot Mix Asphalt Concrete 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. The Transportation and Public Works Department will inspect the paving repair 22 after construction. 23 1.5 SUBMITTALS [NOT USED] 24 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 25 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 26 1.7 CLOSEOUT SUBMITTALS [NOT USED] 27 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 28 1.9 QUALITY ASSURANCE [NOT USED] 29 1.11 DELIVERY,STORAGE,AND HANDLING[NOT USED] 30 1.12 FIELD CONDITIONS 31 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 32 rising unless otherwise approved. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320117-4 PERMANENT ASPHALT PAVING REPAIR Page 4of5 1 1.13 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C.paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL[NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION[NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320117-5 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 3212 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION[NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP[NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION[NOT USED] 19 3.13 MAINTENANCE[NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for clarification 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 24 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320129-1 CONCRETE PAVING REPAIR Page 1 of 4 1 SECTION 32 0129 2 CONCRETE PAVING REPAIRGENERAL 3 1.1 SUMMARY 4 A. Section includes: 5 1. Concrete pavement repair to include,but not limited to: 6 a. Utility cuts(water, sanitary sewer,drainage,etc.) 7 b. Warranty work 8 c. Repairs of damage caused by Contractor 9 d. Any other concrete pavement repair needed during the course of construction 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 01 18 -Temporary Asphalt Paving Repair 16 4. Section 32 12 16-Asphalt Paving 17 5. Section 32 13 13-Concrete Paving 18 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Concrete Pavement Repair 22 a. Measurement 23 1) Measurement for this Item shall be by the square yard of Concrete 24 Pavement Repair for various: 25 a) Street types 26 b) Sidewalks 27 c) Curb and Gutter 28 2) Limits of repair will be based on the time of service of the existing 29 pavement. The age of the pavement will need to be determined by the 30 Engineer through coordination with the City. For pavement ages: 31 a) 10 years or less:repair entire panel 32 b) Greater than 10 years: repair to limits per Drawings 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 and measured as provided under"Measurement" shall be paid for at the 36 unit price bid per square yard of Concrete Pavement Repair 37 c. The price bid shall include: 38 1) Shaping and fine grading the placement area 39 2) Furnishing and applying all water required 40 3) Furnishing,loading and unloading,storing,hauling and handling all 41 concrete 42 4) Furnishing,loading and unloading,storing,hauling and handling all base 43 material CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320129-2 CONCRETE PAVING REPAIR Page 2 of 4 1 5) Mixing,placing,finishing and curing all concrete 2 6) Furnishing and installing reinforcing steel 3 7) Furnishing all materials and placing longitudinal,warping,expansion and 4 contraction joints,including all steel dowels,dowel caps and load 5 transmission units required, wire and devices for placing,holding and 6 supporting the steel bar,load transmission units,and joint filler in the 7 proper position;for coating steel bars where required by the Drawings 8 8) Sealing joints 9 9) Monolithically poured curb 10 10) Cleanup 11 1.3 REFERENCES [NOT USED] 12 1.4 ADMINISTRATIVE REQUIREMENTS 13 A. Permitting 14 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 15 and Public Works Department in conformance with current ordinances. 16 2. Transportation and Public Works Department will inspect paving repair after 17 construction. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 20 A. Concrete Mix Design: submit for approval in accordance with Section 32 13 13. 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE[NOT USED] 24 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 25 1.11 FIELD CONDITIONS 26 A. Weather Conditions: Place concrete as specified in Section 32 13 13. 27 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCTS 29 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Embedment and Backfill: see Section 33 05 10. 32 B. Base material: Concrete base: see Section 32 13 13. 33 C. Concrete: see Section 32 13 13. 34 1. Concrete paving: Class H or Class HES. 35 2. Replace concrete to the specified thickness. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320129-3 CONCRETE PAVING REPAIR Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3- EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION[NOT USED] 6 3.3 PREPARATION 7 A. Replace a continuous section if multiple repairs are closer than 10 feet apart from edge 8 of one repair to the edge of a second repair. 9 B. If the cut is to be covered,use steel plates of sufficient strength and thickness to support 10 traffic. 11 1. Construct a transition of hot-mix or cold-mix asphalt from the top of the steel plate 12 to the existing pavement to create a smooth riding surface. 13 a. Hot-mix or cold-mix asphalt: conform to the requirements of Section 32 12 16. 14 C. Surface Preparation: mark pavement cut repairs for approval by the City. 15 3.4 INSTALLATION 16 A. Sawing 17 1. General 18 a. Saw cut perpendicular to the surface to full pavement depth. 19 b. Saw cut the edges of pavement and appurtenances damaged subsequent to 20 sawing to remove damaged areas. 21 c. Such saw cuts shall be parallel to the original saw cut and to neat straight lines. 22 2. Sawing equipment 23 a. Power-driven 24 b. Manufactured for the purpose of sawing pavement 25 c. In good operating condition 26 d. Shall not spall or facture concrete adjacent to the repair area 27 3. Repairs: In true and straight lines to dimensions shown on the Drawings 28 4. Utility Cuts 29 a. In a true and straight line on both sides of the trench 30 b. Minimum of 12 inches outside the trench walls 31 5. Prevent dust and residues from sawing from entering the atmosphere or drainage 32 facilities. 33 B. Removal 34 1. Use care in removing concrete to be repaired to prevent spalling or fracturing 35 concrete adjacent to the repair area. 36 C. Base: as specified in Drawings 37 D. Concrete Paving 38 1. Concrete placement: in accordance with Section 32 13 13. 39 2. Reinforce concrete replacement: as specified in Drawings CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 320129-4 CONCRETE PAVING REPAIR Page 4 of 4 1 3.5 REPAIR/RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION[NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP[NOT USED] 5 3.9 ADJUSTING[NOT USED] 6 3.10 CLEANING[NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION[NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION Revision 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 12 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321123-1 FLEXIBLE BASE COURSES Page 1 of 7 1 SECTION 321123 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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-m/m3)) 3 3. Texas Department of Transportation(TY-DOT): 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2 Table 1 3 Material Re uirements 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,%a max.Z 40 45 Wet ball mill,%max. Tex-116-E increase passing the 20 20 No.40 sieve Classification' 1.0 1.1-2.3 Min.compressive strength',psi Tex-117-E lateral pressure 0 psi 45 35 lateral 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 3/4 inch 37 2) Areas that are unstable or non-uniform 38 2. Installation of base material cannot proceed until compacted subgrade approved by 39 the City. 40 3.4 INSTALLATION 41 A. General CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 rolling. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 3A.C. 8 3.5 REPAIR/RESTORATION[NOT USED] 9 3.6 RE-INSTALLATION[NOT USED] 10 3.7 QUALITY CONTROL 11 A. Density Test 12 1. City to measure density of flexible base course. 13 a. Notify City Project Representative when flexible base ready for density testing. 14 b. Spacing directed by City(1 per block minimum). 15 c. City Project Representative determines location of density testing. 16 3.8 SYSTEM STARTUP[NOT USED] 17 3.9 ADJUSTING[NOT USED] 18 3.10 CLEANING[NOT USED] 19 3.11 CLOSEOUT ACTIVITIES [NOT USED] 20 3.12 PROTECTION[NOT USED] 21 3.13 MAINTENANCE [NOT USED] 22 3.14 ATTACHMENTS [NOT USED] 23 END OF SECTION 24 Revision Log DATE NAME SUMMARY OF CHANGE 25 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-1 LIME TREATED BASE COURSES Page 1 of 9 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 Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-2 LIME TREATED BASE COURSES Page 2 of 9 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-3 LIME TREATED BASE COURSES Page 3 of 9 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 SUBMITTALSANFORMATIONAL 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-4 LIME TREATED BASE COURSES Page 4 of 9 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' 1 The amount total"active"lime content,as CaO,in the material retained on the No.6 sieve must not exceed 2.0%by weight of the original quicklime. 18 19 c. Slurry Grades 20 Table 4 21 Lime Slurry Grades Minimum Dry Solids Contents by Percentage of the Slurry CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-5 LIME TREATED BASE COURSES Page 5 of 9 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. 38 d. City may require Contractor to substitute equipment if production rate and 39 quality requirements of the Contract are not met. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-6 LIME TREATED BASE COURSES Page 6 of 9 1 3. Storage Facility 2 a. Store quicklime and dry hydrated lime in closed,weatherproof containers. 3 4, Slurry Equipment 4 a. Use slurry tanks equipped with agitation devices to slurry hydrated lime or 5 quicklime on the project or other approved location. 6 b. The City may approve other slurrying methods. 7 c. Provide a pump for agitating the slurry when the distributor truck is not 8 equipped with an agitator. 9 5. Pulverization Equipment 10 a. Provide pulverization equipment that: 11 1) Cuts and pulverizes material uniformly to the proper depth with cutters that 12 plane to a uniform surface over the entire width of the cut 13 2) Provides a visible indication of the depth of cut at all times,and uniformly 14 mixes the materials 15 C. Pulverization 16 1. Pulverize or scarify existing material after shaping so that 100 percent passes a 2 17 1/2 inch sieve. 18 2. If the material cannot be uniformly processed to the required depth in a single pass, 19 excavate and windrow the material to expose a secondary grade to achieve 20 processing to depth as shown in the Drawings. 21 D. Application of Lime 22 1. Uniformly apply lime as shown on the Drawings or as directed. 23 2. Add lime at the percentage specified in Drawings. 24 3. Apply lime only on an area where mixing can be completed during the same 25 working day. 26 4. Minimize dust and scattering of lime by wind.Do not apply lime when wind 27 conditions,in the opinion of the City,cause blowing lime to become dangerous to 28 traffic or objectionable to adjacent property owners. 29 5. Slurry Placement 30 a. Hydrated Lime 31 1) Mix Lime with water and apply slurry 32 2) Apply Type B,commercial lime slurry,with a lime percentage not less 33 applicable for grade used 34 3) Distribute lime at the rate shown on the Drawings 35 4) Make successive passes over a measured surface of roadway until the 36 proper moisture and lime content have been achieved. 37 b. Quicklime 38 1) Spread the residue for the Quicklime slurrying procedure uniformly over 39 the length of the roadway. 40 2) Residue is primarily inert material with little stabilizing value;however, 41 may contain a small amount of Quicklime particles that slake slowly. A 42 concentration of these particles could cause the compacted stabilized 43 material to swell during slaking. 44 E. Mixing 45 1. Begin mixing within 6 hours of application of lime. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-7 LIME TREATED BASE COURSES Page 7 of 9 1 2. Hydrated lime exposed to the open air for 6 hours or more between application and 2 mixing,or that experiences excessive loss due to washing or blowing, will not be 3 accepted for payment. 4 3. Thoroughly mix the material and lime using approved equipment. 5 4. Mix until a homogeneous,friable mixture of material and lime is obtained,free 6 from all clods and lumps. 7 5. Do not mix greater than 1 inch deeper than the stabilization depth specified. 8 6. Materials containing plastic clay or other materials that are not readily mixed with 9 lime shall be mixed as thoroughly as possible at the time of lime application, 10 brought to the proper moisture content and sealed with a pneumatic roller. 11 7. Allow the mixture to cure for 72 hours or as directed by City. 12 8. When pebble grade quicklime is used,allow the mixture to cure for 2 to 4 days. 13 9. Sprinkle the treated materials during the mixing and curing operation to achieve 14 adequate hydration and proper moisture content. 15 10. After curing,resume mixing until a homogeneous,friable mixture is obtained. 16 11. After mixing,City will sample the mixture at roadway moisture and test in 17 accordance with Tex-101-E,Part III,to determine compliance with the gradation 18 requirements in Table 5. 19 Table 5 20 Gradation Requirements(Minimum % Passing) Sieve Size_ Base 1-3/4 in. 100 3/4 in. 85 21 No.4 60 22 F. Compaction 23 1. General 24 a. Begin compaction immediately after final mixing. 25 b. Aerate and sprinkle as necessary to provide optimum moisture content. 26 c. Multiple lifts are permitted when shown on the Drawings or approved. 27 d. Bring each layer to the moisture content directed. 28 2. Rolling 29 a. Begin rolling longitudinally at the sides and proceed toward the center, 30 overlapping on successive trips by at least one-half the width of the roller unit. 31 b. On superelevated curves,begin rolling at the low side and progress toward the 32 high side. 33 c. Offset alternate trips of the roller. 34 d. Operate rollers at a speed between 2 and 6 MPH or as directed. 35 e. Rework,recompact,and refinish material that fails to meet or that loses 36 required moisture,density,stability,or finish before the next course is placed or 37 the project is accepted. 38 1) Continue work until specification requirements are met. 39 2) Rework in accordance with Maintenance item of this Section. 40 f. Proof roll the lime treated base course in accordance with the following: 41 1) Proof Rolling 42 a) City Project Representative must be on-site during proof rolling 43 operations. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-8 LIME TREATED BASE COURSES Page 8 of 9 1 b) Use equipment that will apply sufficient load to identify soft spots that 2 rut or pump. 3 (1) Acceptable equipment includes fully loaded single-axle water truck 4 with a 1500 gallon capacity. 5 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 6 d) Offset each trip by at most I tire width. 7 e) If an unstable or non-uniform area is found,correct the area. 8 2) Correct 9 a) Soft spots that rut or pump greater than 3/4 inch. 10 b) Areas that are unstable or non-uniform. 11 3. Density Control 12 a. Compact until the entire depth of the mixture has achieved a uniform density of 13 not less than 95 percent of the maximum density as determined by ASTM 14 D698. 15 b. Moisture content: minus 2 to plus 4 optimum. 16 G. Maintenance 17 1. Maintain the completed soil lime base in good condition, satisfactory to the City as 18 to grade,crown and cross section until the overlaying or next course is constructed. 19 2. Keep surface of the compacted course moist until covered by other base or 20 pavement. 21 3. Reworking a Section 22 a. When a section is reworked within 72 hours after completion of compaction, 23 rework the section to provide the required density. 24 b. When a section is reworked more than 72 hours after completion of 25 compaction,add additional lime at 25 percent of the percentage specified. 26 c. Reworking includes loosening,adding material or removing unacceptable 27 material if necessary,mixing as directed,compacting,and finishing. 28 H. Finishing 29 1. After completing compaction of the final course,clip,skin,or tight-blade the 30 surface of the lime-treated material with a maintainer or subgrade trimmer to a 31 depth of approximately 1/4 inch. 32 2. Remove loosened material and dispose of at an approved location. 33 3. Roll the clipped surface immediately with a pneumatic tire roller until a smooth 34 surface is attained. 35 4. Add small amounts of water as needed during rolling. 36 5. Shape and maintain the course and surface in conformity with the typical sections, 37 lines,and grades shown on the Drawings or as directed. 38 I. Curing 39 1. Cure for the minimum number of days shown in Table 6 and by finished pavement 40 type: 41 a. Concrete pavement 42 1) Sprinkle with water 43 2) Maintain moisture during curing 44 3) Do not allow equipment on the finished course during curing except as 45 required for sprinkling. 46 b. Asphalt Pavement CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321129-9 LIME TREATED BASE COURSES Page 9 of 9 1 1) Apply an asphalt material at a rate of 0.05 to 0.20 gallon per square yard. 2 2) Do not allow equipment on the finished course during curing. 3 Table 6 4 Minimum Curing Re uirements Before Placing Subsequent Courses' Untreated Material Curing(Days) PI<_35 2 PI>35 5 1.Subject to the approval of the City.Proof rolling may be required as an indicator of adequate curing. 5 2. Begin paving operations or add courses within 14 calendar days of final 6 compaction. 7 3.5 REPAIR/RESTORATION [NOT USED] 8 3.6 RE-INSTALLATION [NOT USED] 9 3.7 QUALITY CONTROL 10 A. Density Test 11 1. City Project Representative must be on site during density testing 12 2. City to measure density of lime treated base course in accordance with ASTM 13 D6938. 14 3. Spacing directed by City(1 per block minimum). 15 4. City Project Representative determines density testing locations. 16 B. Depth Test 17 1. In-place depth will be evaluated for each 500-foot roadway section 18 2. Determine in accordance with Tex-140-E in hand excavated holes. 19 3. For each 500-foot section,3 phenolphthalein tests will be performed. 20 4. City Project Representative determines depth testing locations. 21 3.8 SYSTEM STARTUP[NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING[NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION[NOT USED] 26 3.13 MAINTENANCE [NOT USED] 27 3.14 ATTACHMENTS [NOT USED] 28 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-1 ASPHALT PAVING Page 1 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-2 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 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-3 ASPHALT PAVING Page 3 of 25 1 7) Tack coat 2 8) Removal and/or sweeping excess material 3 5. H.M.A.C. Speed Cushion 4 a. Measurement 5 1) Measurement for this Item shall be per each H.M.A.C. Speed Cushion 6 installed. 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement'will be paid for at the unit 10 price bid per each H.M.A.C. Speed Cushion installed and accepted in its 11 final position. 12 c. The price bid shall include: 13 1) Shaping and fine grading the roadbed 14 2) Furnishing,loading,unloading, storing,hauling and handling all materials 15 including freight and royalty 16 3) Traffic control for all testing 17 4) Asphalt,aggregate, and additive 18 5) Materials and work needed for corrective action 19 6) Trial batches 20 7) Tack coat 21 8) Removal and/or sweeping excess material 22 1.3 REFERENCES 23 A. Abbreviations and Acronyms 24 1. RAP(reclaimed asphalt pavement) 25 2. SAC(surface aggregate classification) 26 3. BRSQC (Bituminous Rated Source Quality Catalog) 27 4. AQMP(Aggregate Quality Monitoring Program) 28 5. H.M.A.C. (Hot Mix Asphalt Concrete) 29 6. WMA(Warm Mix Asphalt) 30 B. Reference Standards 31 1. Reference standards cited in this specification refer to the current reference standard 32 published at the time of the latest revision date logged at the end of this 33 specification,unless a date is specifically cited. 34 2. National Institute of Standards and Technology(NIST) 35 a. Handbook 44-2007 Edition: Specifications,Tolerances, and Other Technical 36 Requirements for Weighing and Measuring Devices 37 3. ASTM International(ASTM): 38 a. ASTM D6084-06 Standard Test Method for Elastic Recovery of Bituminous 39 Materials by Ductilometer 40 4. American Association of State Highway and Transportation Officials 41 a. MP2 Standard Specification for Superpave Volumetric Mix Design 42 b. PP28 Standard Practice for Superpave Volumetric Design for Hot Mix Asphalt 43 (HMA) 44 c. T 201,Kinematic Viscosity of Asphalts(Bitumens) 45 d. T 202 Standard Method of Test for Viscosity of Asphalts by Vacuum Capillary 46 Viscometer CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-4 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-92 I-&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 SUBMITTALSANFORMATIONAL SUBMITTALS 39 A. Asphalt Paving Mix Design: Submit for approval. See 2.2.B.1. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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' 1 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-6 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-7 ASPHALT PAVING Page 7 of 25 Table 2 Aggregate ualit Requirements 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, s percent,min Tex 460-A,Part I 85 Flat and elongated particles @ 5:1, percent,max I Tex-280-F 10 Fine Aggregate Linear shrinkage, percent,max I Tex-107-E 3 Combined Aggregate Sandequivalent, percent,min I 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 m. 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-8 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 \> 0 / q F 0 \\ 00/ 0 � \ / q g 2 g cq00 / $ . $ \ / 3 E. �z4 / 4 2 1- 110 r- v � 7 / q E $ 1. •@ / q 5 ° k Ur � / F F ) v ~ - fQ / Q 7 j 2 / / $ k R \ f / \ 4 / q \ 2 . §acq � 2 � 0 / 3 , z . 2 c � / 00 00 W-1 00 00 00 C� vac W W) z § C � \. _ / \ / g 2 'ƒ ® / � e L13 \ = 2 ƒ / U A § � enrn \ k ®v00 * # w r a u u a & 2 06 �u \ ± c / / ƒ k / .14 / \ \ §2\ 00 C14 00 00 `� y N � � �+ N a ay ° O N '� cq U' A � N � i v � C •b � y d �.•i Qq Qq � '� b y �Or 00y U Q U a v, To Q M N N ° Pi d °o N 00 00 0.-• =0 3 � � N N ao � q b o N N y U a .� N `0 `0 0 Qm �q� U tv ' '> d 5 •{� Q 0 0 awl a O� N N T12a. g go e� d o fy "O > � 'hi00 00 00 9 Ot a� O N C,4 u P ai O � C14 C14 c, a�E C14 F- 00 �o �o o a °�•• 4:11 c u W � m ^� � CL A4 N � va � ° a Pa � �a �� M a N N w C g b A � uh� V00 W 00 00 �i �! N C/� N •--� •--� D. U ,b•y •C tU. to kn N u 7� C-4 RS N F FSI C_ U•50 O U N `o L7 00 �o �o > C4 d N ' o LL, s 5 0 W U U m U N o o ° ON .0 .a y 3 w v N C� ° DD N 00 00 cd a"0 p, d N v, N N d ? p Q A 0 E C o as �vavH py ca v ..b �• ao .y'.. z cd a� o o ' a 0QU3 �j U y,cNo s l o,. b 0 A a U a �a �a a � 6i z � w O vp y wpa a as o o ° d 5� fig= y ° z ,� � ca o .� � a,tomas LLI 'AOM c1 0. a � y `o '°nooaa0`ia H 3z� r+' d d ani p ani .� a� �d R— 'd�. >. 3 F O E+ A v y Q 'v, '� � b ca C7 F a tij F v w F Bo y .Q c gi e d q w q Q J W¢ A O •d Uv, PG 3212 16-12 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-IH, S S-1 H, 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3212 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" 98.0-100.0 - - 3/4" 84.0-98.0 95.0-100.0 - 1/2" - - 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 29.0-43.0 32.0-44.0 35.0-46.0 #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 VMAtpercent Minimum - 13.0 1 14.0 15.0 Plant-Produced VMA, ercent Minimum - 12.0 13.0 14.0 1.Voids in Mineral Aggregates. 6 7 g Table 7 9 Laboratory Mixture Desi n Properties 10 Property Test Requirement 11 Method 12 Target laboratory-molded density, percent Tex-207-F 96.01 13 Tensile strength(dry),psi(molded to 93 Tex-226-F 85-2002 14 percent fl percent density) 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 approved. 19 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3212 16-14 ASPHALT PAVING Page 14 of 25 1 d. When WMA is not required by Drawings,produce an asphalt mixture within 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-15 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321216-16 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 1216-17 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3212 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 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 Hei ht 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 f. 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-21 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 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3212 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. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3212 16-23 ASPHALT PAVING Page 23 of 25 1 f. When rolling with the 3-wheel,tandem or vibratory rollers, start by first rolling 2 the joint with the adjacent pavement and then continue by rolling longitudinally 3 at the sides. 4 g. Proceed toward the center of the pavement,overlapping on successive trips by 5 at least 1 ft.,unless otherwise directed. 6 h. Make alternate trips of the roller slightly different in length. 7 i. On superelevated curves,begin rolling at the low side and progress toward the 8 high side unless otherwise directed. 9 G. Irregularities 10 1. Identify and correct irregularities including,but not limited to segregation,rutting, 11 raveling,flushing,fat spots,mat slippage,irregular color, irregular texture,roller 12 marks,tears,gouges,streaks,uncoated aggregate particles, or broken aggregate 13 particles. 14 2. The City may also identify irregularities,and in such cases,the City shall promptly 15 notify the Contractor. 16 3. If the City determines that the irregularity will adversely affect pavement 17 performance,the City may require the Contractor to remove and replace(at the 18 Contractor's expense)areas of the pavement that contain the irregularities and areas 19 where the mixture does not bond to the existing pavement. 20 4. If irregularities are detected,the City may require the Contractor to immediately 21 suspend operations or may allow the Contractor to continue operations for no more 22 than 1 day while the Contractor is taking appropriate corrective action. 23 5. The City may suspend production or placement operations until the problem is 24 corrected. 25 6. At the expense of the Contractor and to the satisfaction of the City,remove and 26 replace any mixture that does not bond to the existing pavement or that has other 27 surface irregularities identified above. 28 3.5 REPAIR 29 A. See Section 32 01 17. 30 3.6 QUALITY CONTROL 31 A. Production Testing 32 1. Perform production tests to verify asphalt paving meets the performance standard 33 required in the Drawings and specifications. 34 2. City to measure density of asphalt paving with nuclear gauge. 35 3. City to core asphalt paving from the normal thickness of section once acceptable 36 density achieved.City identifies location of cores. 37 a. Minimum core diameter:4 inches 38 b. Minimum spacing: 200 feet 39 c. Minimum of 1 core every block 40 d. Alternate lanes between core 41 4. City to use cores to determine pavement thickness and calculate theoretical density. 42 a. City to perform theoretical density test a minimum of 1 per day per street. 43 B. Density Test 44 1. The average measured density of asphalt paving must meet specified density. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-24 ASPHALT PAVING Page 24 of 25 1 2. Average of measurements per street not meeting the minimum specified strength 2 shall be subject to the money penalties or removal and replacement at the 3 Contractor's expense as show in Table 11. 4 5 Table 11 6 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. 7 8 3. The amount of penalty shall be deducted from payment due to Contractor. 9 4. These requirements are in addition to the requirements of Article 1.2. 10 C. Pavement Thickness Test 11 1. City measure each core thickness by averaging at least 3 measurements. 12 2. The number of tests and location shall be at the discretion of the City,unless 13 otherwise specified in the special provisions or on the Drawings. 14 3. In the event a deficiency in the thickness of pavement is revealed during production 15 testing,subsequent tests necessary to isolate the deficiency shall be at the 16 Contractor's expense. 17 4. The cost for additional coring test shall be at the same rate charged by commercial 18 laboratories. 19 5. Where the average thickness of pavement in the area found to be deficient,payment 20 shall be made at an adjusted price as specified in Table 12. 21 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 12 16-25 ASPHALT PAVING Page 25 of 25 1 Table 12 2 Thickness Dericiency 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-1 CONCRETE PAVING Page 1 of 21 1 SECTION 32 1313 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-2 CONCRETE PAVING Page 2of21 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 in. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 24 Admixture in Concrete 25 n. C881,Standard Specification for Epoxy-Resin-Base Bonding Systems for 26 Concrete 27 o. C 1064,Standard Test Method for Temperature of Freshly Mixed Hydraulic- 28 Cement Concrete 29 p. C1602,Standard Specification for Mixing Water Used in the Production of 30 Hydraulic Cement Concrete. 31 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 32 (129400 ft-lbf/ft3) 33 3. American Concrete Institute(ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90,Standard Specification for Cold Weather Concreting 36 c. ACI 318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-3 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 C 150. 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 Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-4 CONCRETE PAVING Page 4 of 21 1 E. Steel Reinforcement: ASTM A615. 2 F. Steel Wire Reinforcement: Not used for concrete pavement. 3 G. Dowels and Tie Bars 4 1. Dowel and tie bars: ASTM A615. 5 2. Dowel Caps 6 a. Provide dowel caps with enough range of movement to allow complete closure 7 of the expansion joint. 8 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 9 have an internal diameter sufficient to permit the cap to freely slip over the bar. 10 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 11 and one end of the cap shall be rightly closed. 12 3. Epoxy for Dowel and Tie Bars: ASTM C881. 13 a. See following table for approved producers of epoxies and adhesives 14 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxH1 CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 15 16 b. Epoxy Use,Storage and Handling 17 1) Package components in airtight containers and protect from light and 18 moisture. 19 2) Include detailed instructions for the application of the material and all 20 safety information and warnings regarding contact with the components. 21 3) Epoxy label requirements 22 a) Resin or hardener components 23 b) Brand name 24 c) Name of manufacturer CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-5 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-6 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 I I 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. CrI'Y OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete may be placed on the job site until the mix design has been 2 approved by the City. 3 2. Quality of Concrete 4 a. Consistency 5 1) In general,the consistency of concrete mixtures shall be such that: 6 a) Mortar shall cling to the coarse aggregate 7 b) Aggregate shall not segregate in concrete when it is transported to the 8 place of deposit 9 c) Concrete,when dropped directly from the discharge chute of the mixer, 10 shall flatten out at the center of the pile,but the edges of the pile shall 11 stand and not flow 12 d) Concrete and mortar shall show no free water when removed from the 13 mixer 14 e) Concrete shall slide and not flow into place when transported in metal 15 chutes at an angle of 30 degrees with the horizontal 16 f) Surface of the finished concrete shall be free from a surface film or 17 laitance 18 2) When field conditions are such that additional moisture is needed for the 19 final concrete surface finishing operation,the required water shall be 20 applied to the surface by hand sprayer only and be held to a minimum 21 amount. 22 3) The concrete shall be workable,cohesive,possess satisfactory finishing 23 qualities and be of the stiffest consistency that can be placed and vibrated 24 into a homogeneous mass. 25 4) Excessive bleeding shall be avoided. 26 5) If the strength or consistency required for the class of concrete being 27 produced is not secured with the minimum cement specified or without 28 exceeding the maximum water/cement ratio,the Contractor may use,or the 29 City may require,an approved cement dispersing agent(water reducer);or 30 the Contractor shall furnish additional aggregates,or aggregates with 31 different characteristics,or the Contractor may use additional cement in 32 order to produce the required results. 33 6) The additional cement may be permitted as a temporary measure,until 34 aggregates are changed and designs checked with the different aggregates 35 or cement dispersing agent. 36 7) The Contractor is solely responsible for the quality of the concrete 37 produced. 38 8) The City reserves the right to independently verify the quality of the 39 concrete through inspection of the batch plant,testing of the various 40 materials used in the concrete and by casting and testing concrete cylinders 41 or beams on the concrete actually incorporated in the pavement. 42 b. Standard Class 43 1) Unless otherwise shown on the Drawings or detailed specifications,the 44 standard class for concrete paving for streets and alleys is shown in the 45 following table: 46 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-8 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXANUNATION [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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 13 13-11 CONCRETE PAVING Page 11 of 21 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved,the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base,additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal,of approved cross section and bracing,of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps,bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet,where practicable,in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable,forms shall be reset,using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand-laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used,or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet,acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations,paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-12 CONCRETE PAVING Page 12 of 21 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement,promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel,Tie,and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars,dowels,etc.,are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean,free from rust in the form of loose or 11 objectionable scale,and of the type,size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted,such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed,no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab,by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid-depth of the pavement slab,parallel to the surface. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-13 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-14 CONCRETE PAVING Page 14 of 21 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1/3 inch(1/4 inch permitted if limestone aggregate used)of the actual 3 pavement thickness,or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 1/4 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint,but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 13 73. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Cit Above 75°F dim 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and,if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described,in accordance with the details shown on the 11 Drawings,and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.6 RE-INSTALLATION[NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City,unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-18 CONCRETE PAVING Page 18 of 21 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 C. Pavement Thickness Test 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made,pavement thickness test shall be made by the City. 10 2. The number of tests and location shall be at the discretion of the City,unless 11 otherwise specified in the special provisions or on the Drawings. 12 3. The cost for the initial pavement thickness test shall be the expense of the City. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations,subsequent tests necessary to isolate the deficiency shall be at 15 the Contractor's expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 20 made at an adjusted price as specified in the following table. 21 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31-0.40 70 percent 0.41-0.50 60 percent 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1/10 of the thickness specified on the Drawings,whichever 25 is greater, shall be evaluated by the City. 26 8. If,in the judgment of the City the area of such deficiency should not be removed 27 and replaced,there shall be no payment for the area retained. 28 9. If,in the judgment of the City,the area of such deficiency warrants removal,the 29 area shall be removed and replaced,at the Contractor's entire expense,with 30 concrete of the thickness shown on the Drawings. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1/10 of the plan thickness,whichever is greater, shall be removed and 33 replaced,at the Contractor's entire expense,with concrete of the thickness shown 34 on the Drawings. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the Drawings. 37 D. Pavement Strength Test CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321313-19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31,to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast,they shall remain on the job site and then 5 transported,moist cured,and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 8 28 days,and 1 cylinder shall be held or tested at 56 days,if necessary. 9 4. If the 28 day test results indicate deficient strength,the Contractor may,at its option 10 and expense,core the pavement in question and have the cores tested by an 11 approved laboratory,in accordance with ASTM C42 and ACI 318 protocol,except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength,to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength,additional cores shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than 15 percent 80-percent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by Cit 22 23 7. The amount of penalty shall be deducted from payment due to Contractor; such as 24 penalty deducted is to defray the cost of extra maintenance. 25 8. The strength requirements for structures and other concrete work are not altered by 26 the special provision. 27 9. No additional payment over the contract unit price shall be made for any pavement 28 of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project,the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade,the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector,at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3213 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary,and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking,and the Contractor will perform that work at the 12 agreed-upon price if the City elects to do so. 13 5. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 14 the cause of the cracking,the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship,the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship,the City will return the 28 escrowed funds to the Contractor. The Contractor,on request,will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP[NOT USED] 32 3.9 ADJUSTING[NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION[NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 32 13 13-21 CONCRETE PAVING Page 21 of 21 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1)—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 3213 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 SUBMITTALSANFORMATIONAL 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised April 30,2013 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms: wood or metal straight,free from warp and of a depth equal to the thickness of 10 the finished work. 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks,driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards. 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filler. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 2.3 ACCESSORIES [NOT USED] 30 2.4 SOURCE QUALITY CONTROL [NOT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION[NOT USED] CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 5 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,60 foot intervals for 6 foot wide sidewalk. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised April 30,2013 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 4 1 SECTION 3213 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 SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation,furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting,cleaning,bond breaker installation,and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 31 2. Use compressed air to remove the resulting dust from the joint. 32 3. Sandblast joints after complete drying. 33 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 34 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 35 face of the joint. 36 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 37 c. When sandblasting is complete,blow-out using compressed air. 38 d. The blow tube shall fit into the joints. 39 4. Check the blown joint for residual dust or other contamination. 40 a. If any dust or contamination is found,repeat sandblasting and blowing until the 41 joint is cleaned. 42 b. Do not use solvents to remove stains and contamination. 43 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 44 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 45 the joint sealant. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 7. Do not leave open,cleaned joints unsealed overnight. 2 E. Joint Sealant 3 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 4 mechanical injection tool. 5 2. Do not seal joints unless they are clean and dry. 6 3. Remove and discard excess sealant left on the pavement surface. 7 a. Do not excess use to seal the joints. 8 4. The pavement surface shall present a clean final condition as determined by City. 9 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 10 F. Approval of Joints 11 1. The City may request a representative of the sealant manufacturer to be present at 12 the job site at the beginning of the final cleaning and sealing of joints. 13 a. The representative shall demonstrate to the Contractor and the City the 14 acceptable method for sealant installation. 15 b. The representative shall approve the clean,dry joints before the sealing 16 operation commences. 17 3.5 REPAUVRESTORATION [NOT USED] 18 3.6 RE-INSTALLATION[NOT USED] 19 3.7 FIELD QUALITY CONTROL[NOT USED] 20 3.8 SYSTEM STARTUP[NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3.10 CLEANING[NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION[NOT USED] 25 3.13 MAINTENANCE[NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAIVE SUMMARY OF CHANGE 29 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321613-1 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 1 of 5 1 SECTION 3216 13 2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Concrete Curbs and Gutters 8 2. Concrete Valley Gutters 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 3. Section 02 41 13 -Selective Site Demolition 15 4. Section 32 13 13 -Concrete Paving 16 5. Section 32 13 73-Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Curb and Gutter 20 a. Measurement 21 1) Measurement for this Item shall be by the linear foot of Concrete Curb and 22 Gutter. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per linear foot of Concrete Curb and Gutter complete and in place 27 by curb height. 28 c. The price bid shall include: 29 1) Preparing the subgrade 30 2) Furnishing and placing all materials,including foundation course, 31 reinforcing steel,and expansion material 32 2. Concrete Valley Gutter 33 a. Measurement 34 1) Measurement for this Item shall be by the square yard of Concrete Valley 35 Gutter. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"will be paid for at the unit 39 price bid per square yard of Concrete Valley Gutter complete and in place 40 for: 41 a) Various street types CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321613-2 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 2 of 5 1 c. The price bid shall include: 2 1) Preparing the subgrade 3 2) Furnishing and placing all materials,including foundation course, 4 reinforcing steel,and expansion material 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 ACTION SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE[NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: See Section 32 13 13. 15 1.12 WARRANTY[NOT USED] 16 PART 2- PRODUCTS 17 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: See Section 32 13 13. 20 B. Concrete: See Section 32 13 13. 21 C. Reinforcement: See Section 32 13 13. 22 D. Joint Filler 23 1. Wood Filler: see Section 32 13 13. 24 2. Pre-Molded Asphalt Board Filler 25 a. Use only in areas where not practical for wood boards 26 b. Pre-molded asphalt board filler: ASTM D545 27 c. Install the required size and uniform thickness and as specified in the Drawings. 28 d. Include two liners of 0.016 asphalt impregnated kraft paper filled with a mastic 29 mixture of asphalt and vegetable fiber and/or mineral filler. 30 E. Expansion Joint Sealant: See Section 32 13 73. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321613-3 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 3of5 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321613-4 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 4 of 5 1 1) The forming tube of the extrusion machine or the form of the slipform 2 machine must easily be adjustable vertically during the forward motion of 3 the machine to provide variable heights necessary to conform to the 4 established gradeline. 5 d. Attach a pointer or gauge to the machine so that a continual comparison can be 6 made between the extruded or slipform work and the grade guideline. 7 e. Brush finish surfaces immediately after extrusion or slipforming. 8 6. Hand-Laid Concrete—Concrete Valley Gutter: See Section 32 13 13. 9 7. Expansion joints 10 a. Place expansion joints in the curb and gutter at 200-foot intervals and at 11 intersection returns and other rigid structures. 12 b. Place tooled joints at 15-foot intervals or matching abutting sidewalk joints and 13 pavement joints to a depth of 1-1/2 inches. 14 c. Place expansion joints at all intersections with concrete driveways,curbs, 15 buildings and other curb and gutters. 16 d. Make expansion joints no less than 1/2 inch in thickness,extending the full 17 depth of the concrete. 18 e. Make expansion joints perpendicular and at right angles to the face of the curb. 19 f. Neatly trim any expansion material extending above the finished to the surface 20 of the finished work. 21 g. Make expansion joints in the curb and gutter coincide with the concrete 22 expansion joints. 23 h. Longitudinal dowels across the expansion joints in the curb and gutter are 24 required. 25 i. Install 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321613-5 CONCRETE CURB AND GUTTERS AND VALLEY GUTTERS Page 5 of 5 1 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 321723-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied, spray (HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement" shall be paid for at the 27 unit price bid per linear foot of"Pvmt Marking"installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads,when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing(when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of 11 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement' shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement' shall be paid for at the 25 unit price bid per linear foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 40 4. Federal Highway Administration(FHWA) 41 a. 23 CFR Part 655,FHWA Docket No.FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200,Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220,Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241,Removable Prefabricated Pavement Markings CITY OF FORT WORTH Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of 11 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 0150 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color,dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges,square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride,calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11)The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color,dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges,square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 1h 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 2.4.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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks,stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends,straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zone Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes,or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 34 from a distance of at least 160 feet in nighttime conditions,illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 10. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-10 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 y 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 321723-11 PAVEMENT MARKINGS Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised November 22,2013 3291 19-1 TOPSOIL PLACEMENT AND FIl41SHING Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be lump sum 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 a lump sum unit 19 price of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once,regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 37 1.11 FIELD CONDITIONS CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING Page 2 of 3 1 A. Contractor is allowed to store existing topsoil pending approval from City Project 2 Manager or Inspector. 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS 5 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS[NOT USED] 6 2.2 MATERIALS 7 A. Topsoil 8 1. Use easily cultivated,fertile topsoil that: 9 a. Is free from objectionable material including subsoil,weeds,clay lumps,non- 10 soil materials,roots,stumps or stones larger than 1.5 inches 11 b. Has a high resistance to erosion 12 c. Is able to support plant growth 13 2. Secure topsoil from approved sources. 14 3. Topsoil is subject to testing by the City. 15 4, pH:5.5 to 8.5. 16 5. Liquid Limit: 50 or less 17 6. Plasticity Index: 20 or less 18 7. Gradation: maximum of 10 percent passing No. 200 sieve 19 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 20 of vegetation 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3- EXECUTION 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION [NOT USED] 27 3.4 INSTALLATION 28 A. Finishing of Parkways 29 1. Smoothly shape parkways,shoulders,slopes,and ditches. 30 2. Cut parkways to finish grade prior to the placing of any improvements in or 31 adjacent to the roadway. 32 3. In the event that unsuitable material for parkways is encountered,extend the depth 33 of excavation in the parkways 6 inches and backfill with top soil. 34 4. Make standard parkway grade perpendicular to and draining to the curb line. 35 a. Minimum: 1/4 inch per foot 36 b. Maximum:4:1 37 c. City may approve variations from these requirements in special cases. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT AND FINISHING Page 3 of 3 1 5. Whenever the adjacent property is lower than the design curb grade and runoff 2 drains away from the street,the parkway grade must be set level with the top of the 3 curb. 4 6. The design grade from the parkway extends to the back of the walk line. 5 7. From that point(behind the walk),the grade may slope up or down at maximum 6 slope of 4:1. 7 B. Placing of Topsoil 8 1. Spread the topsoil to a uniform loose cover at the thickness specified. 9 2. Place and shape the topsoil as directed. 10 3. Hand rake finish a minimum of 5 feet from all flatwork. 11 4. Tamp the topsoil with a light roller or other suitable equipment. 12 3.5 REPAIR/RESTORATION] [NOT USED] 13 3.6 RE-INSTALLATION[NOT USED] 14 3.7 FIELD QUALITY CONTROL[NOT USED] 15 3.8 SYSTEM STARTUP[NOT USED] 16 3.9 ADJUSTING[NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION[NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 24 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-1 HYDROMULCHING,SEEDING AND SODDING Page 1 of 8 1 SECTION 32 9213 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 Block Sod shall be by lump sum. 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 lump sum 22 for 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 lump sum 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 lump sum of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 6) Disposal of surplus materials 42 3. Mowing 43 a. Measurement CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 8 1 1) Measurement for this Item shall per each. 2 b. Payment 3 1) The work performed and materials furnished in accordance with this Item 4 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per each. 6 1.3 REFERENCES [NOT USED] 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 ACTION SUBMITTALS [NOT USED] 9 1.6 INFORMATIONAL SUBMITTALS 10 A. Seed 11 1. Vendors' certification that seeds meet Texas State seed law including: 12 a. Testing and labeling for pure live seed(PLS) 13 b. Name and type of seed 14 2. All seed shall be tested in a laboratory with certified results presented to the City in 15 writing,prior to planting. 16 3. All seed to be of the previous season's crop and the date on the container shall be 17 within 12 months of the seeding date. 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY,STORAGE,AND HANDLING 22 A. Block Sod 23 1. Protect from exposure to wind, sun and freezing. 24 2. Keep stacked sod moist. 25 B. Seed 26 1. If using native grass or wildflower seed, seed must have been harvested within 100 27 miles of the construction site. 28 2. Each species of seed shall be supplied in a separate,labeled container for 29 acceptance by the City. 30 C. Fertilizer 31 1. Provide fertilizer labeled with the analysis. 32 2. Conform to Texas fertilizer law. 33 1.11 FIELD [SITE] CONDITIONS [NOT USED] 34 1.12 WARRANTY[NOT USED] 35 PART 2- PRODUCTS [NOT USED] 36 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 37 2.2 MATERIALS AND EQUIPMENT 38 A. Materials CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod—The following may be used in lieu of seeding with approval form the 2 Owner. 3 a. Sod Varieties(match existing if applicable) 4 1) "Cynodon dactylon" (Common Bermudagrass) 5 2) "Buchloe dactyloides" (Buffalograss) 6 3) an approved hybrid of Common Bermudagrass 7 b. Sod must contain stolons,leaf blades,rhizomes and roots. 8 c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable 9 foreign materials and weeds and grasses deleterious to its growth or which might 10 affect its subsistence or hardiness when transplanted. 11 d. Minimum sod thickness:3/4 inch 12 e. Maximum grass height: 2 inches 13 f. Acceptable growing beds 14 1) Bermuda grasses and zoysia grasses: sand or sandy loam soils 15 g. Dimensions 16 1) Machine cut to uniform soil thickness. 17 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 18 handled and rolled without breaking. 19 h. Broken or tom sod or sod with uneven ends shall be rejected. 20 2. Seed 21 a. General 22 1) Plant all seed at rates based on pure live seed(PLS) 23 a) Pure Live Seed(PLS)determined using the formula: 24 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 25 Percent Firm or Hard Seed)+ 1001 26 2) Availability of Seed 27 a) Substitution of individual seed types due to lack of availability may be 28 permitted by the City at the time of planting. 29 b) Notify the City prior to bidding of difficulties locating certain species. 30 3) Weed seed 31 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 32 and other material in the mixture 33 b) Seed not allowed: 34 (1) Johnsongrass 35 (2) Nutgrass seed 36 4) Harvest seed within 1-year prior to planting 37 b. Non-native Grass Seed 38 1) Plant between April 15 and September 10 39 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 40 41 2) Plant between September 10 and April 15 42 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 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1. 4 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Graina* Bouteloua curtipendula 3.7 Little Bluestein* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestein Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 5 6 d. Wildflower Seed 7 1) Plant between the following: 8 a) March 5 and May 31 9 b) September 1 and December 1 10 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculata 2.0 Prairie Verbena Verbena bipinnatifida 8.0 Texas Yellow Star Lindheimeri texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmannia pinnatifida 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 11 *not to be planted within ten feet of a road or parking lot or within three feet of a 12 walkway 13 14 e. Temporary Erosion Control Seed 15 1) Consist of the sowing of cool season plant seeds. 16 3. Mulch 17 a. For use with conventional mechanical or hydraulic planting of seed. 18 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 19 (waste products from paper mills or recycled newspaper). 20 c. No growth or germination inhibiting factors. 21 d. No more than ten percent moisture,air dry weight basis. 22 e. Additives:binder in powder form. 23 f. Form a strong moisture retaining mat. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 4. Bonded Fiber Matrix—Hydraulically applied erosion control product such as Soil 2 Guard,Flexterra,or approved equal. 3 4 5. Fertilizer 5 a. Acceptable condition for distribution 6 b. Applied uniformly over the planted area 7 c. Analysis 8 1) 16-20-0 9 2) 16-8-8 10 d. Fertilizer rate: 11 1) Not required for wildflower seeding 12 2) Newly established seeding areas- 100 pounds of nitrogen per acre 13 3) Established seeding areas- 150 pounds of nitrogen per acre 14 6. Topsoil: See Section 32 91 19. 15 7. Water:clean and free of industrial wastes or other substances harmful to the 16 germination of the seed or to the growth of the vegetation. 17 8. Soil Retention Blanket 18 a. "Curlex P' from American Excelsior,900 Ave.H East,Post Office Box 5624, 19 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 20 21 2.3 ACCESSORIES [NOT USED] 22 2.4 SOURCE QUALITY CONTROL [NOT USED] 23 PART 3- EXECUTION[NOT USED] 24 3.1 INSTALLERS [NOT USED] 25 3.2 EXAMINATION [NOT USED] 26 3.3 PREPARATION 27 A. Surface Preparation: clear surface of all material including: 28 1. Stumps,stones,and other objects larger than one inch. 29 2. Roots,brush,wire, stakes,etc. 30 3. Any objects that may interfere with seeding or maintenance. 31 B. Tilling 32 1. Compacted areas: till 1 inch deep 33 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 34 seed/water run-off 35 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 36 3.4 INSTALLATION 37 A. Block Sodding—Used only with Owner approval. 38 1. General 39 a. Place sod between curb and walk and on terraces that is the same type grass as 40 adjacent grass or existing lawn. 41 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 42 average first freeze in the fall. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 2. Installation 2 a. Plant sod specified after the area has been completed to the lines and grades 3 shown on the Drawings with 6 inches of topsoil. 4 b. Use care to retain native soil on the roots of the sod during the process of 5 excavating,hauling and planting. 6 c. Keep sod material moist from the time it is dug until planted. 7 d. Place sod so that the entire area designated for sodding is covered. 8 e. Fill voids left in the solid sodding with additional sod and tamp. 9 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 10 slope. 11 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 12 firm earth in areas that may slide due to the height or slope of the surface or 13 nature of the soil. 14 3. Watering and Finishing 15 a. Furnish water as an ancillary cost to Contractor by means of temporary 16 metering I irrigation,water truck or by any other method necessary to achieve an 17 acceptable stand of turf as defined in 3.13.B. 18 b. Thoroughly water sod immediately after planted. 19 c. Water until established. 20 d. Generally,an amount of water that is equal to the average amount of rainfall 21 plus 1/2 inch per week should be applied until accepted. If applicable,plant 22 large areas by irrigation zones to ensure areas are watered as soon as they are 23 planted. 24 B. Seeding 25 1. General 26 a. Seed only those areas indicated on the Drawings and areas disturbed by 27 construction. 28 b. Mark each area to be seeded in the field prior to seeding for City approval. 29 2. Broadcast Seeding 30 a. Broadcast seed in 2 directions at right angles to each other. 31 b. Harrow or rake lightly to cover seed. 32 c. Never cover seed with more soil than twice its diameter. 33 d. For wildflower plantings: 34 1) Scalp existing grasses to 1 inch 35 2) Remove grass clippings,so seed can make contact with the soil. 36 3. Mechanically Seeding(Drilling): 37 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 38 b. All varieties of seed and fertilizer may be distributed at the same time provided 39 that each component is uniformly applied at the specified rate. 40 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 41 drill. 42 d. Drill on the contour of slopes 43 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 44 of the "Cultipacker" type. 45 f. Roll slope areas on the contour. 46 4. Hydromulching 47 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 48 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 2) Mixture forms a blotter-like ground cover impregnated uniformly with 2 grass seed. 3 3) Mixture is applied within 30 minutes after placed in the equipment. 4 b. Placing 5 1) Uniformly distribute in the quantity specified over the areas shown on the 6 Drawings or as directed. 7 5. Fertilizing: uniformly apply fertilizer over seeded area. 8 6. Watering 9 a. Furnish water by means of temporary metering/irrigation,water truck or by 10 any other method necessary to achieve an acceptable stand of turf as defined in 11 3.13.B. 12 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 13 c. Water as direct by the City at least twice daily for 14 days after seeding in such 14 a manner as to prevent washing of the slopes or dislodgement of the seed. 15 d. Water until final acceptance. 16 e. Generally,an amount of water that is equal to the average amount of rainfall 17 plus 1/2 inch per week should be applied until accepted. 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding—Only used with Owner approval 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil)and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with 1 mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 1. City may reject block sod or seeded area on the basis of weed populations. 2 2. Grass establishment shall be complete within 30 calendar days beyond final 3 acceptance. Failure to establish an acceptable and uniform stand of grass as 4 determined by Owner will result in the commencement of liquidated damages. 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 330510-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 19 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavation,Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered,including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 20 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 30 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14—Utility Removal/Abandonment 33 6. Section 03 30 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 3125 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility Markers/Locators 38 11. Section 34 71 13—Traffic Control 39 1.2 PRICE AND PAYMENT PROCEDURES 40 A. Measurement and Payment CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 19 1 1. Trench Excavation,Embedment and Backfill associated with the installation of an 2 underground utility or excavation 3 a. Measurement 4 1) This Item is considered subsidiary to the installation of the utility pipe line 5 as designated in the Drawings. 6 b. Payment 7 1) The work performed and the materials furnished in accordance with this 8 Item are considered subsidiary to the installation of the utility pipe for the 9 type of embedment and backfill as indicated on the plans.No other 10 compensation will be allowed. 11 2. Imported Embedment or Backfill 12 a. Measurement 13 1) Measured by the cubic yard as delivered to the site and recorded by truck 14 ticket provided to the City 15 b. Payment 16 1) Imported fill shall only be paid when using materials for embedment and 17 backfill other than those identified in the Drawings.The work performed 18 and materials furnished in accordance with pre-bid item and measured as 19 provided under"Measurement"will be paid for at the unit price bid per 20 cubic yard of"Imported Embedment/Backfill'delivered to the Site for: 21 a) Various embedment/backfill materials 22 c. The price bid shall include: 23 1) Furnishing backfill or embedment as specified by this Specification 24 2) Hauling to the site 25 3) Placement and compaction of backfill or embedment 26 3. Concrete Encasement for Utility Lines 27 a. Measurement 28 1) Measured by the cubic yard per plan quantity. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 and measured as provided under"Measurement'will be paid for at the unit 32 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 33 plan quantity. 34 c. The price bid shall include: 35 1) Furnishing,hauling,placing and finishing concrete in accordance with 36 Section 03 30 00 37 2) Clean-up 38 4. Ground Water Control 39 a. Measurement 40 1) Measurement shall be lump sum when a ground water control plan is 41 specifically required by the Contract Documents. 42 b. Payment 43 1) Payment shall be per the lump sum price bid for"Ground Water Control' 44 including: 45 a) Submittals 46 b) Additional Testing 47 c) Ground water control system installation 48 d) Ground water control system operations and maintenance 49 e) Disposal of water CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 19 1 f) Removal of ground water control system 2 5. Trench Safety 3 a. Measurement 4 1) Measured per linear foot of excavation for all trenches that require trench 5 safety in accordance with OSHA excavation safety standards(29 CFR Part 6 1926 Subpart P Safety and Health regulations for Construction) 7 b. Payment 8 1) The work performed and materials furnished in accordance with this Item 9 and measured as provided under"Measurement"will be paid for at the unit 10 price bid per linear foot of excavation to comply with OSHA excavation 11 safety standards(29 CFR Part 1926.650 Subpart P),including,but not 12 limited to,all submittals,labor and equipment. 13 1.3 REFERENCES 14 A. Definitions 15 1. General—Definitions used in this section are in accordance with Terminologies 16 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 17 noted. 18 2. Definitions for trench width,backfill,embedment,initial backfill,pipe zone, 19 haunching bedding, springline,pipe zone and foundation are defined as shown in 20 the following schematic: w PAVEtI AREAS. EJNPAVEE? AREA to � z INITIAL WWLL C3 SPRINUINE `IV � - — a. HAUNCH% Vx Y BEDD[NG �% FOUNDAT�N 00 CLEARANCE EXCAVATED TRENCH WDTH 21 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 19 1 3. Deleterious materials—Harmful materials such as clay lumps, silts and organic 2 material 3 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 4 or the trench foundation 5 5. Final Backfill Depth 6 a. Unpaved Areas—The depth of the final backfill measured from the top of the 7 initial backfill to the surface 8 b. Paved Areas—The depth of the final backfill measured from the top of the 9 initial backfill to bottom of permanent or temporary pavement repair 10 B. Reference Standards 11 1. Reference standards cited in this Specification refer to the current reference 12 standard published at the time of the latest revision date logged at the end of this 13 Specification,unless a date is specifically cited. 14 2. ASTM Standards: 15 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 16 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 17 Magnesium Sulfate 18 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate 19 d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 20 Bridge Construction. 21 e. ASTM C535-09 Standard Test Method for Resistance to Degradation of Large- 22 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 23 f. ASTM D588—Standard Test method for Moisture-Density Relations of Soil- 24 Cement Mixture 25 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 26 Soil Using Stand Efforts(12,400 ft-lb/ft3 600 Kn-m/M3)). 27 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 28 Place by Sand Cone Method. 29 i. ASTM 2487— 10 Standard Classification of Soils for Engineering Purposes 30 (Unified Soil Classification System) 31 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 32 and Other Gravity-Flow Applications 33 k. ASTM D2922—Standard Test Methods for Density of Soils and Soil 34 Aggregate in Place by Nuclear Methods (Shallow Depth) 35 1. ASTM 3017-Standard Test Method for Water Content of Soil and Rock in 36 place by Nuclear Methods(Shallow Depth) 37 in. ASTM D4254- Standard Test Method for Minimum Index Density and Unit 38 Weight of Soils and Calculations of Relative Density 39 3. OSHA 40 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 41 Regulations for Construction,Subpart P-Excavations 42 1.4 ADMINISTRATIVE REQUIREMENTS 43 A. Coordination 44 1. Utility Company Notification 45 a. Notify area utility companies at least 48 hours in advance,excluding weekends 46 and holidays,before starting excavation. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 19 1 b. Request the location of buried lines and cables in the vicinity of the proposed 2 work. 3 B. Sequencing 4 1. Sequence work for each section of the pipe installed to complete the embedment 5 and backfill placement on the day the pipe foundation is complete. 6 2. Sequence work such that proctors are complete in accordance with ASTM D698 7 prior to commencement of construction activities. 8 1.5 SUBMITTALS 9 A. Submittals shall be in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to construction. 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 12 A. Shop Drawings 13 1. Provide detailed drawings and explanation for ground water and surface water 14 control,if required. 15 2. Trench Safety Plan in accordance with Occupational Safety and Health 16 Administration CFR 29,Part 1926-Safety Regulations for Construction, Subpart P- 17 Excavations 18 3. Stockpiled excavation and/or backfill material 19 a. Provide a description of the storage of the excavated material only if the 20 Contract Documents do not allow storage of materials in the right-of-way of the 21 easement. 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE[NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING 26 A. Storage 27 1. Within Existing Rights-of-Way (ROW) 28 a. Spoil,imported embedment and backfill materials may be stored within 29 existing ROW,easements or temporary construction easements,unless 30 specifically disallowed in the Contract Documents. 31 b. Do not block drainage ways,inlets or driveways. 32 c. Provide erosion control in accordance with Section 3125 00. 33 d. Store materials only in areas barricaded as provided in the traffic control plans. 34 e. In non-paved areas, do not store material on the root zone of any trees or in 35 landscaped areas. 36 2. Designated Storage Areas 37 a. If the Contract Documents do not allow the storage of spoils,embedment or 38 backfill materials within the ROW,easement or temporary construction 39 easement,then secure and maintain an adequate storage location. 40 b. Provide an affidavit that rights have been secured to store the materials on 41 private property. 42 c. Provide erosion control in accordance with Section 3125 00. CITY OF FORT WORTH Park Improvements at,Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 19 1 d. Do not block drainage ways. 2 e. Only materials used for 1 working day will be allowed to be stored in the work 3 zone. 4 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 5 1.11 FIELD [SITE] CONDITIONS 6 A. Existing Conditions 7 1. Any data which has been or may be provided on subsurface conditions is not 8 intended as a representation or warranty of accuracy or continuity between soils.It 9 is expressly understood that neither the City nor the Engineer will be responsible 10 for interpretations or conclusions drawn there from by the Contractor. 11 2. Data is made available for the convenience of the Contractor. 12 1.12 WARRANTY[NOT USED] 13 PART 2- PRODUCTS 14 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS 15 2,2 MATERIALS 16 A. Materials 17 1. Utility Sand 18 a. Granular and free flowing 19 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 20 fine aggregate according to ASTM C 33 21 c. Reasonably free of organic material 22 d. Gradation: Sieve Size Percent Retained 1 inch 0 3/8 inch 0-10 #40 20-60 #100 95 23 2. Crushed Rock 24 a. Durable crushed rock or recycled concrete 25 b. Meets the gradation of ASTM D448 size numbers 56,57 or 67 26 c. May be unwashed 27 d. Free from significant silt clay or unsuitable materials 28 e. Percentage of wear not more than 40 percent per ASTM C131 or C535 29 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 30 sodium sulfate soundness per ASTM C88 31 3. Fine Crushed Rock 32 a. Durable crushed rock 33 b. Meets the gradation of ASTM D448 size numbers 8 or 89 34 c. May be unwashed 35 d. Free from significant silt clay or unsuitable materials. 36 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 19 1 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 2 sodium sulfate soundness per ASTM C88 3 4. Ballast Stone 4 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 5 b. May be unwashed 6 c. Free from significant silt clay or unsuitable materials 7 d. Percentage of wear not more than 40 percent per ASTM C131 or C535 8 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 9 sodium sulfate soundness per ASTM C88 10 5. Acceptable Backfill Material 11 a. In-situ or imported soils classified as CL,CH,SC or GC in accordance with 12 ASTM D2487 13 b. Free from deleterious materials,boulders over 6 inches in size and organics 14 c. Can be placed free from voids 15 d. Must have 20 percent passing the number 200 sieve 16 6. Blended Backfill Material 17 a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 18 b. Blended with in-situ or imported acceptable backfill material to meet the 19 requirements of an Acceptable Backfill Material 20 c. Free from deleterious materials,boulders over 6 inches in size and organics 21 d. Must have 20 percent passing the number 200 sieve 22 7. Unacceptable Backfill Material 23 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 24 D2487 25 8. Select Fill 26 a. Classified as SC or CL in accordance with ASTM D2487 27 b. Liquid limit less than 35 28 c. Plasticity index between 8 and 20 29 9. Cement Stabilized Sand(CSS) 30 a. Sand 31 1) Shall be clean,durable sand meeting grading requirements for fine 32 aggregates of ASTM C33 and the following requirements: 33 a) Classified as SW, SP,or SM by the United Soil Classification System 34 of ASTM D2487 35 b) Deleterious materials 36 (1) Clay lumps,ASTM C142,less than 0.5 percent 37 (2) Lightweight pieces,ASTM C 123,less than 5.0 percent 38 (3) Organic impurities,ASTM C40,color no darker than standard 39 color 40 (4) Plasticity index of 4 or less when tested in accordance with ASTM 41 D4318. 42 b. Minimum of 4 percent cement content of Type I/II portland cement 43 c. Water 44 1) Potable water,free of soils, acids,alkalis,organic matter or other 45 deleterious substances, meeting requirements of ASTM C94 46 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 47 e. Strength CITY OF FORT WORTH Park Improvements ar Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 19 1 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 2 D1633,Method A 3 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 4 D1633,Method A 5 3) The maximum compressive strength in 7 days shall be 400 psi. Backfill 6 that exceeds the maximum compressive strength shall be removed by the 7 Contractor for no additional compensation. 8 f. Random samples of delivered product will be taken in the field at point of 9 delivery for each day of placement in the work area. Specimens will be 10 prepared in accordance with ASTM D1632. 11 10. Controlled Low Strength Material(CLSM) 12 a. Conform to Section 03 34 13 13 11. Trench Geotextile Fabric 14 a. Soils other than ML or OH in accordance with ASTM D2487 15 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 16 2) Fibers shall retain their relative position 17 3) Inert to biological degradation 18 4) Resist naturally occurring chemicals 19 5) UV Resistant 20 6) Mirafi 14ON by Tencate,or approved equal 21 b. Soils Classified as ML or OH in accordance with ASTM D2487 22 1) High-tenacity monofilament polypropylene woven yam 23 2) Percent open area of 8 percent to 10 percent 24 3) Fibers shall retain their relative position 25 4) Inert to biological degradation 26 5) Resist naturally occurring chemicals 27 6) UV Resistant 28 7) Mirafi FW402 by Tencate,or approved equal 29 12. Concrete Encasement 30 a. Conform to Section 03 30 00. 31 2.3 ACCESSORIES [NOT USED] 32 2.4 SOURCE QUALITY CONTROL[NOT USED] 33 PART 3- EXECUTION 34 3.1 INSTALLERS [NOT USED] 35 3.2 EXAMINATION 36 A. Verification of Conditions 37 1. Review all known,identified or marked utilities,whether public or private,prior to 38 excavation. 39 2. Locate and protect all known,identified and marked utilities or underground 40 facilities as excavation progresses. 41 3. Notify all utility owners within the project limits 48 hours prior to beginning 42 excavation. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 3305 10-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 19 1 4. The information and data shown in the Drawings with respect to utilities is 2 approximate and based on record information or on physical appurtenances 3 observed within the project limits. 4 5. Coordinate with the Owner(s)of underground facilities. 5 6. Immediately notify any utility owner of damages to underground facilities resulting 6 from construction activities. 7 7. Repair any damages resulting from the construction activities. 8 B. Notify the City immediately of any changed condition that impacts excavation and 9 installation of the proposed utility. 10 3.3 PREPARATION 11 A. Protection of In-Place Conditions 12 1. Pavement 13 a. Conduct activities in such a way that does not damage existing pavement that is 14 designated to remain. 15 1) Where desired to move equipment not licensed for operation on public 16 roads or across pavement,provide means to protect the pavement from all 17 damage. 18 b. Repair or replace any pavement damaged due to the negligence of the 19 contractor outside the limits designated for pavement removal at no additional 20 cost to the City. 21 2. Drainage 22 a. Maintain positive drainage during construction and re-establish drainage for all 23 swales and culverts affected by construction. 24 3. Trees 25 a. When operating outside of existing ROW,stake permanent and temporary 26 construction easements. 27 b. Restrict all construction activities to the designated easements and ROW. 28 c. Flag and protect all trees designated to remain in accordance with Section 31 10 29 00. 30 d. Conduct excavation,embedment and backfill in a manner such that there is no 31 damage to the tree canopy. 32 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 33 specifically allowed by the City. 34 1) Pruning or trimming may only be accomplished with equipments 35 specifically designed for tree pruning or trimming. 36 f. Remove trees specifically designated to be removed in the Drawings in 37 accordance with Section 31 10 00. 38 4. Above ground Structures 39 a. Protect all above ground structures adjacent to the construction. 40 b. Remove above ground structures designated for removal in the Drawings in 41 accordance with Section 02 41 13 42 5. Traffic 43 a. Maintain existing traffic,except as modified by the traffic control plan,and in 44 accordance with Section 34 71 13. 45 b. Do not block access to driveways or alleys for extended periods of time unless: 46 1) Alternative access has been provided CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 19 1 2) Proper notification has been provided to the property owner or resident 2 3) It is specifically allowed in the traffic control plan 3 c. Use traffic rated plates to maintain access until access is restored. 4 6. Traffic Signal—Poles,Mast Arms,Pull boxes,Detector loops 5 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 6 excavation that could impact the operations of an existing traffic signal. 7 b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit 8 and detector loops. 9 c. Immediately notify the City's Traffic Services Division if any damage occurs to 10 any component of the traffic signal due to the contractors activities. 11 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 12 cabinets,conduit and detector loops as a result of the construction activities. 13 7. Fences 14 a. Protect all fences designated to remain. 15 b. Leave fence in the equal or better condition as prior to construction. 16 3.4 INSTALLATION 17 A. Excavation 18 1. Excavate to a depth indicated on the Drawings. 19 2. Trench excavations are defined as unclassified. No additional payment shall be 20 granted for rock or other in-situ materials encountered in the trench. 21 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 22 and bracing in accordance with the Excavation Safety Plan. 23 4. The bottom of the excavation shall be film and free from standing water. 24 a. Notify the City immediately if the water and/or the in-situ soils do not provide 25 for a film trench bottom. 26 b. The City will determine if any changes are required in the pipe foundation or 27 bedding. 28 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 29 excavation shall not advance beyond the pipe placement so that the trench may be 30 backfilled in the same day. 31 6. Over Excavation 32 a. Fill over excavated areas with the specified bedding material as specified for 33 the specific pipe to be installed. 34 b. No additional payment will be made for over excavation or additional bedding 35 material. 36 7. Unacceptable Backfill Materials 37 a. In-situ soils classified as unacceptable backfill material shall be separated from 38 acceptable backfill materials. 39 b. If the unacceptable backfill material is to be blended in accordance with this 40 Specification,then store material in a suitable location until the material is 41 blended. 42 c. Remove all unacceptable material from the project site that is not intended to be 43 blended or modified. 44 8. Rock—No additional compensation will be paid for rock excavation or other 45 changed field conditions. 46 B. Shoring,Sheeting and Bracing CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 11 of 19 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish,put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal,State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan,engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil,or water containing soil,to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System.Movable bracing, shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City,ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site,the contractor will be eligible to submit a change order. 47 f. Control of ground water shall be considered subsidiary to the excavation when: CITY OF FORT WORTH Park Improvements at Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 19 1 1) No Ground Water Control Plan is specifically identified and required in the 2 Contract Documents 3 g. Ground Water Control Plan installation,operation and maintenance 4 1) Furnish all materials and equipment necessary to implement,operate and 5 maintain the Ground Water Control Plan. 6 2) Once the excavation is complete,remove all ground water control 7 equipment not called to be incorporated into the work. 8 h. Water Disposal 9 1) Dispose of ground water in accordance with City policy or Ordinance. 10 2) Do not discharge ground water onto or across private property without 11 written permission. 12 3) Permission from the City is required prior to disposal into the Sanitary 13 Sewer. 14 4) Disposal shall not violate any Federal,State or local regulations. 15 D. Embedment and Pipe Placement 16 1. Water Lines less than,or equal to, 12 inches in diameter: 17 a. The entire embedment zone shall be of uniform material. 18 b. Utility sand shall be generally used for embedment. 19 c. If ground water is in sufficient quantity to cause sand to pump,then use 20 crushed rock as embedment. 21 1) If crushed rock is not specifically identified in the Contract Documents, 22 then crushed rock shall be paid by the pre-bid unit price. 23 d. Place evenly spread bedding material on a firm trench bottom. 24 e. Provide firm,uniform bedding. 25 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 26 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 27 proposed grade,unless specifically called for in the Drawings. 28 h. Place embedment,including initial backfill,to a minimum of 6 inches,but not 29 more than 12 inches,above the pipe. 30 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 31 the elevation of the valve nut. 32 j. Form all blocking against undisturbed trench wall to the dimensions in the 33 Drawings. 34 k. Compact embedment and initial backfill. 35 1. Place marker tape on top of the initial trench backfill in accordance with 36 Section 33 05 26. 37 2. Water Lines 16-inches through 24-inches in diameter: 38 a. The entire embedment zone shall be of uniform material. 39 b. Utility sand may be used for embedment when the excavated trench depth is 40 less than 15 feet deep. 41 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 42 trench depths 15 feet,or greater. 43 d. Crushed rock shall be used for embedment for steel pipe. 44 e. Provide trench geotextile fabric at any location where crushed rock or fine 45 crushed rock come into contact with utility sand 46 f. Place evenly spread bedding material on a firm trench bottom. 47 g. Provide firm,uniform bedding. 48 1) Additional bedding may be required if ground water is present in the 49 trench. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 19 1 2) If additional crushed rock is required not specifically identified in the 2 Contract Documents,then crushed rock shall be paid by the pre-bid unit 3 price. 4 h. Place pipe on the bedding according to the alignment shown on the Drawings. 5 i. The pipe line shall be within: 6 1) ±3 inches of the elevation on the Drawings for 16-inch and 24-inch water 7 lines 8 j. Place and compact embedment material to adequately support haunches in 9 accordance with the pipe manufacturer's recommendations. 10 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 11 but not more than 12 inches,above the pipe. 12 1. Where gate valves are present,the initial backfill shall extend to up to the valve 13 nut. 14 in. Compact the embedment and initial backfill to 95 percent Standard Proctor 15 ASTM D 698. 16 n. Density test may be performed by City to verify that the compaction of 17 embedment meets requirements. 18 o. Place trench geotextile fabric on top of the initial backfill. 19 p. Place marker tape on top of the trench geotextile fabric in accordance with 20 Section 33 05 26. 21 3. Water Lines 30-inches and greater in diameter 22 a. The entire embedment zone shall be of uniform material. 23 b. Crushed rock shall be used for embedment. 24 c. Provide trench geotextile fabric at any location where crushed rock or fine 25 crushed rock come into contact with utility sand. 26 d. Place evenly spread bedding material on a firm trench bottom. 27 e. Provide firth,uniform bedding. 28 1) Additional bedding may be required if ground water is present in the 29 trench. 30 2) If additional crushed rock is required which is not specifically identified in 31 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 32 price. 33 f. Place pipe on the bedding according to the alignment shown on the Drawings. 34 g. The pipe line shall be within: 35 1) ±1 inch of the elevation on the Drawings for 30-inch and larger water lines 36 h. Place and compact embedment material to adequately support haunches in 37 accordance with the pipe manufacturer's recommendations. 38 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 39 not exceed the spring line prior to compaction. 40 j. Place remaining embedment,including initial backfill,to a minimum of 6 41 inches,but not more than 12 inches, above the pipe. 42 k. Where gate valves are present,the initial backfill shall extend to up to the valve 43 nut. 44 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 45 ASTM D 698. 46 in. Density test may be performed by City to verify that the compaction of 47 embedment meets requirements. 48 n. Place trench geotextile fabric on top of the initial backfill. 49 o. Place marker tape on top of the trench geotextile fabric in accordance with 50 Section 33 05 26. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 19 1 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 2 a. The entire embedment zone shall be of uniform material. 3 b. Crushed rock shall be used for embedment. 4 c. Place evenly spread bedding material on a firm trench bottom. 5 d. Spread bedding so that lines and grades are maintained and that there are no 6 sags in the sanitary sewer pipe line. 7 e. Provide firm,uniform bedding. 8 1) Additional bedding may be required if ground water is present in the 9 trench. 10 2) If additional crushed rock is required which is not specifically identified in 11 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 12 price. 13 f. Place pipe on the bedding according to the alignment shown in the Drawings. 14 g. The pipe line shall be within t0.1 inches of the elevation,and be consistent 15 with the grade shown on the Drawings. 16 h. Place and compact embedment material to adequately support haunches in 17 accordance with the pipe manufacturer's recommendations. 18 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 19 exceed the spring line prior to compaction. 20 j. Place remaining embedment including initial backfill to a minimum of 6 inches, 21 but not more than 12 inches,above the pipe. 22 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 23 ASTM D 698. 24 1. Density test may be performed by City to verify that the compaction of 25 embedment meets requirements. 26 in. Place trench geotextile fabric on top of the initial backfill. 27 n. Place marker tape on top of the trench geotextile fabric in accordance with 28 Section 33 05 26. 29 5. Storm Sewer(RCP) 30 a. The bedding and the pipe zone up to the spring line shall be of uniform 31 material. 32 b. Crushed rock shall be used for embedment up to the spring line. 33 c. The specified backfill material may be used above the spring line. 34 d. Place evenly spread bedding material on a firm trench bottom. 35 e. Spread bedding so that lines and grades are maintained and that there are no 36 sags in the storm sewer pipe line. 37 f. Provide firm,uniform bedding. 38 1) Additional bedding may be required if ground water is present in the 39 trench. 40 2) If additional crushed rock is required which is not specifically identified in 41 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 42 price. 43 g. Place pipe on the bedding according to the alignment of the Drawings. 44 h. The pipe line shall be within t0.1 inches of the elevation,and be consistent 45 with the grade, shown on the Drawings. 46 i. Place embedment material up to the spring line. 47 1) Place embedment to ensure that adequate support is obtained in the haunch. 48 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 49 ASTM D 698. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 19 1 k. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 1. Place trench geotextile fabric on top of pipe and crushed rock. 4 6. Storm Sewer Reinforced Concrete Box 5 a. Crushed rock shall be used for bedding. 6 b. The pipe zone and the initial backfill shall be: 7 1) Crushed rock,or 8 2) Acceptable backfill material compacted to 95 percent Standard Proctor 9 density 10 c. Place evenly spread compacted bedding material on a firm trench bottom. 11 d. Spread bedding so that lines and grades are maintained and that there are no 12 sags in the storm sewer pipe line. 13 e. Provide firm,uniform bedding. 14 1) Additional bedding may be required if ground water is present in the 15 trench. 16 2) If additional crushed rock is required which is not specifically identified in 17 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 18 price. 19 L Fill the annular space between multiple boxes with crushed rock,CLSM 20 according to 03 34 13. 21 g. Place pipe on the bedding according to the alignment of the Drawings. 22 h. The pipe shall be within t0.1 inches of the elevation,and be consistent with the 23 grade, shown on the Drawings. 24 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 25 D698. 26 7. Water Services(Less than 2 Inches in Diameter) 27 a. The entire embedment zone shall be of uniform material. 28 b. Utility sand shall be generally used for embedment. 29 c. Place evenly spread bedding material on a firm trench bottom. 30 d. Provide firm,uniform bedding. 31 e. Place pipe on the bedding according to the alignment of the Plans. 32 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 33 8. Sanitary Sewer Services 34 a. The entire embedment zone shall be of uniform material. 35 b. Crushed rock shall be used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Spread bedding so that lines and grades are maintained and that there are no 38 sags in the sanitary sewer pipe line. 39 e. Provide firm,uniform bedding. 40 1) Additional bedding may be required if ground water is present in the 41 trench. 42 2) If additional crushed rock is required which is not specifically identified in 43 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 44 price. 45 f. Place pipe on the bedding according to the alignment of the Drawings. 46 g. Place remaining embedment,including initial backfill,to a minimum of 6 47 inches,but not more than 12 inches,above the pipe. 48 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 19 1 i. Density test may be required to verify that the compaction meets the density 2 requirements. 3 E. Trench Backfill 4 1. At a minimum,place backfill in such a manner that the required in-place density 5 and moisture content is obtained,and so that there will be no damage to the surface, 6 pavement or structures due to any trench settlement or trench movement. 7 a. Meeting the requirement herein does not relieve the responsibility to damages 8 associated with the Work. 9 2. Backfill Material 10 a. Final backfill depth less than 15 feet 11 1) Backfill with: 12 a) Acceptable backfill material 13 b) Blended backfill material,or 14 c) Select backfill material,CSS,or CLSM when specifically required 15 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 16 1) Backfill depth from 0 to15 feet deep 17 a) Backfill with: 18 (1) Acceptable backfill material 19 (2) Blended backfill material,or 20 (3) Select backfill material,CSS,or CLSM when specifically required 21 2) Backfill depth from 15 feet and greater 22 a) Backfill with: 23 (1) Select Fill 24 (2) CSS,or 25 (3) CLSM when specifically required 26 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 27 1) Backfill with: 28 a) Acceptable backfill material,or 29 b) Blended backfill material 30 d. Backfill for service lines: 31 1) Backfill for water or sewer service lines shall be the same as the 32 requirement of the main that the service is connected to. 33 3. Required Compaction and Density 34 a. Final backfill(depths less than 15 feet) 35 1) Compact acceptable backfill material,blended backfill material or select 36 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 37 moisture content within-2 to+5 percent of the optimum moisture. 38 2) CSS or CLSM requires no compaction. 39 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 40 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 41 ASTM D 698 at moisture content within-2 to+5 percent of the optimum 42 moisture. 43 2) CSS or CLSM requires no compaction. 44 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 45 1) Compact acceptable backfill material blended backfill material,or select 46 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 47 moisture content within-2 to+5 percent of the optimum moisture. 48 4. Saturated Soils CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 19 1 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 2 optimum moisture content, the soils are considered saturated. 3 b. Flooding the trench or water jetting is strictly prohibited. 4 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 5 Appendix,Contractor shall proceed with Work following all backfill 6 procedures outlined in the Drawings for areas of soil saturation greater than 5 7 percent. 8 d. If saturated soils are encountered during Work but not identified in Drawings or 9 Geotechnical Report in the Appendix: 10 1) The Contractor shall: 11 a) Immediately notify the City. 12 b) Submit a Contract Claim for Extra Work associated with direction from 13 City. 14 2) The City shall: 15 a) Investigate soils and determine if Work can proceed in the identified 16 location. 17 b) Direct the Contractor of changed backfill procedures associated with 18 the saturated soils that may include: 19 (1) Imported backfill 20 (2) A site specific backfill design 21 5. Placement of Backfill 22 a. Use only compaction equipment specifically designed for compaction of a 23 particular soil type and within the space and depth limitation experienced in the 24 trench. 25 b. Flooding the trench or water setting is strictly prohibited. 26 c. Place in loose lifts not to exceed 12 inches. 27 d. Compact to specified densities. 28 e. Compact only on top of initial backfill,undisturbed trench or previously 29 compacted backfill. 30 f. Remove any loose materials due to the movement of any trench box or shoring 31 or due to sloughing of the trench wall. 32 g. Install appropriate tracking balls for water and sanitary sewer trenches in 33 accordance with Section 33 05 26. 34 6. Backfill Means and Methods Demonstration 35 a. Notify the City in writing with sufficient time for the City to obtain samples 36 and perform standard proctor test in accordance with ASTM D698. 37 b. The results of the standard proctor test must be received prior to beginning 38 excavation. 39 c. Upon commencing of backfill placement for the project the Contractor shall 40 demonstrate means and methods to obtain the required densities. 41 d. Demonstrate Means and Methods for compaction including: 42 1) Depth of lifts for backfill which shall not exceed 12 inches 43 2) Method of moisture control for excessively dry or wet backfill 44 3) Placement and moving trench box,if used 45 4) Compaction techniques in an open trench 46 5) Compaction techniques around structure 47 e. Provide a testing trench box to provide access to the recently backfilled 48 material. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 19 1 f. The City will provide a qualified testing lab full time during this period to 2 randomly test density and moisture continent. 3 1) The testing lab will provide results as available on the job site. 4 7. Varying Ground Conditions 5 a. Notify the City of varying ground conditions and the need for additional 6 proctors. 7 b. Request additional proctors when soil conditions change. 8 c. The City may acquire additional proctors at its discretion. 9 d. Significant changes in soil conditions will require an additional Means and 10 Methods demonstration. 11 3.5 REPAIR[NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL 14 A. Field Tests and Inspections 15 1. Proctors 16 a. The City will perform Proctors in accordance with ASTM D698. 17 b. Test results will generally be available to within 4 calendar days and distributed 18 to: 19 1) Contractor 20 2) City Project Manager 21 3) City Inspector 22 4) Engineer 23 c. Notify the City if the characteristic of the soil changes. 24 d. City will perform new proctors for varying soils: 25 1) When indicated in the geotechnical investigation in the Appendix 26 2) If notified by the Contractor 27 3) At the convenience of the City 28 e. Trenches where different soil types are present at different depths,the proctors 29 shall be based on the mixture of those soils. 30 2. Density Testing of Backfill 31 a. Density Tests shall be in conformance with ASTM D2922. 32 b. Provide a testing trench protection for trench depths in excess of 5 feet. 33 c. Place,move and remove testing trench protection as necessary to facilitate all 34 test conducted by the City. 35 d. For final backfill depths less than 15 feet and trenches of any depth not under 36 existing or future pavement: 37 1) The City will perform density testing twice per working day when 38 backfilling operations are being conducted. 39 2) The testing lab shall take a minimum of 3 density tests of the current lift in 40 the available trench. 41 e. Fior final backfill depths 15 feet and greater deep and under existing or future 42 pavement: 43 1) The City will perform density testing twice per working day when 44 backfilling operations are being conducted. 45 2) The testing lab shall take a minimum of 3 density tests of the current lift in 46 the available trench. 47 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330510-19 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of I9 1 f. Make the excavation available for testing. 2 g. The City will determine the location of the test. 3 h. The City testing lab will provide results to Contractor and the City's Inspector 4 upon completion of the testing. 5 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 6 j. Test reports shall include: 7 1) Location of test by station number 8 2) Time and date of test 9 3) Depth of testing 10 4) Field moisture 11 5) Dry density 12 6) Proctor identifier 13 7) Percent Proctor Density 14 3. Density of Embedment 15 a. Storm sewer boxes that are embedded with acceptable backfill material, 16 blended backfill material,cement modified backfill material or select material 17 will follow the same testing procedure as backfill. 18 b. The City may test fine crushed rock or crushed rock embedment in accordance 19 with ASTM D2922 or ASTM 1556. 20 B. Non-Conforming Work 21 1. All non-conforming work shall be removed and replaced. 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 Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E.5—Added language prohibiting flooding of trench 1.2.A.3—Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 30 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised June 19,2013 330530-1 LOCATION OF EXISTING UTILITIES Page 1 of 4 1 SECTION 33 05 30 2 LOCATION OF EXISTING UTILITIES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Locating and verifying the location and elevation of the existing underground 7 utilities that may conflict with a facility proposed for construction by use of- 8 a. Exploratory Excavation 9 b. Vacuum Excavation 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 14 Contract 15 2. Division 1 —General Requirements 16 3. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Exploratory Excavation of Existing Utilities 20 a. Measurement 21 1) Measurement for this Item shall be included in earthwork. 22 b. Payment 23 1) Payment shall be subsidiary to Earthwork. 24 c. The price bid shall include: 25 1) Grade survey 26 2) Pavement removal 27 3) Excavation 28 4) Utility Location 29 5) Hauling 30 6) Disposal of excess material 31 7) Furnishing,placing and compaction of embedment 32 8) Furnishing,placing and compaction of backfill 33 9) Clean-up 34 10) Surface restoration 35 2. Vacuum Excavation of Existing Utilities 36 a. Measurement 37 1) Measurement for this Item shall be included in earthwork 38 b. Payment 39 1) Payment shall be subsidiary to Earthwork 40 c. The price bid shall include: 41 1) Grade survey 42 2) Pavement removal CITY OF FORT WORTH Park Improvements at:Trail Driven;Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 330530-2 LOCATION OF EXISTING UTILITIES Page 2 of 4 1 3) Vacuum Excavation 2 4) Utility Location 3 5) Hauling 4 6) Disposal of excess material 5 7) Furnishing,placing and compaction of embedment 6 8) Furnishing,placing and compaction of backfill 7 9) Clean-up 8 10) Surface restoration 9 1.3 REFERENCES 10 A. Definitions 11 1. Exploratory Excavation: Previously called"D-Hole"within the City,a method 12 used to locate existing underground utility as shown on the plans through the use of 13 standard excavation equipment. 14 2. Vacuum Excavation: Method used to locate existing underground utility as shown 15 on the plans through the use of geophysical prospecting equipment such as vacuum 16 excavation. 17 B. Reference Standards 18 1. Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 20 Specification,unless a date is specifically cited. 21 2. American Society of Civil Engineers(ASCE) 22 a. ASCE Publication CFASCE 38 (Standard Guideline for the Collection and 23 Depiction of Existing Subsurface Utility Data) 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Coordinate with City Inspector at least 48 hours prior to commencing on site for 27 Exploratory Excavation of Existing Utilities. 28 2. Coordinate location of all other existing utilities within vicinity of excavation prior 29 to commencing Exploratory Excavation. 30 3. Coordinate staking of Exploratory Excavations with City at least 1 week prior to 31 commencement. 32 B. Sequencing 33 1. Exploratory Excavations shall be conducted prior to the construction of the entire 34 project. 35 C. Scheduling 36 1. For critical utility locations,the City may choose to be present during excavation. 37 2. Alter schedule for Exploratory Excavation of Existing Utilities to accommodate 38 City personnel. 39 1.5 SUBMITTALS [NOT USED] 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 330530-3 LOCATION OF EXISTING UTILITIES Page 3 of 4 1 A. Report of Utility Location 2 1. Horizontal location of utility as surveyed 3 2. Vertical elevation of utility as surveyed 4 a. Top of utility 5 b. Spring line of utility 6 c. Existing ground 7 3. Material type,diameter and description of the condition of existing utility 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 11 1.11 FIELD [SITE]CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3- EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION 17 A. Verification of Conditions 18 1. Verify location of existing utilities in accordance with the General Requirements, 19 the General Notes and the Drawings. 20 3.3 PREPARATION 21 A. Coordinate with City Survey,if applicable. 22 3.4 INSTALLATION 23 A. Exploratory Excavation 24 1. Verify location of existing utility at location denoted on the Drawings,or as 25 directed by the City. 26 a. Expose utility to spring line,as necessary. 27 b. Excavate and Backfill Trench for the Exploratory Excavation in accordance 28 with Section 33 05 10. 29 B. Vacuum Excavation 30 1. Verify location of existing utility at location denoted on the Drawings,or as 31 directed by the City. 32 2. Designate the horizontal position of the existing underground utilities that are to be 33 located using geophysical prospecting equipment. 34 a. Acquire record documentation from and coordinate with utility companies,as 35 necessary to locate utility. CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised December 20,2012 330530-4 LOCATION OF EXISTING UTILITIES Page 4 of 4 1 3. Perform excavation in general accordance with the recommended practices and 2 procedures described in ASCE Publication Cl/ASCE 38. 3 C. Upon completion of the utility locating,submit a report of the findings. 4 D. If location of utility is in conflict with the Drawings,notify the City Project Manager 5 for appropriate design modifications. 6 E. Place embedment and backfill in accordance with Section 33 05 10. 7 F. Once necessary data is obtained,immediately restore surface to existing conditions to: 8 1. Obtain a safe and proper driving surface,if applicable 9 2. Ensure the safety of the general public 10 3. The satisfaction of the City 11 3.5 REPAIR/RESTORATION [NOT USED] 12 3.6 RE-INSTALLATION[NOT USED] 13 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP[NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES[NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE[NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE Title-Exploratory Excavation of Utilities changed to Location of Existing Utilities 12/20/2012 D.Johnson 1.2—Added Measurement of Payment for Vacuum Excavation 1.3—Added Definitions 3.4—Added requirements for Vacuum Excavation 23 CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 performed> 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> 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-6.06.1)Minority and Women Owned Business Enterprise Compliance<Provide MWBE forms, including Subcontractor/Supplier Utilization Form,Prime Contractor Waiver Form, Good Faith Effort Form, and Joint Venture Eligibility 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 of Advertisement> 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 MUSCE ' GEOTECHNICAL ENGINEERING 4 TE j� C� • ENVIRONMENTAL CONSULTING �� •: - CONSTRUCTION MATERIALS ENGINEERING AND TESTING • CONSTRUCTION INSPECTION September 1, 2016 Mr. Spencer Freeman Schrickel, Rollins, and Associates 1161 Corporate Drive West Suite 200 Arlington, Texas 76006 Phone: (817)649-3216 E-mail: SFreeman@sradesigns.com Re: Geotechnical Investigation Trail Drivers Park Improvements Fort Worth, Texas AGG Project: E16-0609 Mr. Freeman, Please find enclosed our report summarizing the results of the geotechnical investigation performed for the above referenced project. We trust the recommendations derived from this investigation will provide you with the information necessary to complete your proposed project successfully. For your future construction materials testing and related quality control requirements, it is recommended that the work be performed by Alliance Geotechnical Group in order to maintain continuity of inspection and testing services for the project under the direction of the geotechnical project engineer. We thank you for the opportunity to provide you with our professional services. If we can be of further assistance, please do not hesitate to contact us at (972)444-8889. Respectfully, ALLIANCE GECSECHNICAL GROUP M. William Cappell ark J. Fa , P,E ' . •""" `" �� �1 Project Geologist Senior Vice Preside �p ALLIANCE GEOTECHNICAL GROUP "�+«.fit.....-"......"...RR...OW. � TEXAS REGISTERED J.-"FA • "" . ENGINEERING FIRM F-1570 sk" I lq�d-* �. Dallas - Ft. Worth - Frisco Longview • Huntsville ti��#� 3228 Halifax Street • Dallas, Texas 75247 Tel: 972-444-8889 • Fax: 972-444-8893 - www.aggengr.com W- •+ TABLE OF CONTENTS PAGE 1.0 INTRODUCTION--------------------------- ____----_ 1 1.1 PROJECT DESCRIPTION--------------_____________----_------------_---------- 1 1.2 PURPOSE AND SCOPE 1 2.0 FIELD INVESTIGATION: 1 3.0 LABORATORY TESTING 2 4.0 SITE AND SUBSURFACE CONDITIONS 2 4.1 GENERAL SITE CONDITFCII 2 4.2 SITE GEOLOGY 3 4.3 SUBSURFACE CONDITIONS - 3 4.4 GROUNDWATER CONDITIONS 3 5.0 ANALYSES AND RECOMMENDATIONS 3 5.1 SOIL MOVEMENT 3 5.2 SHALLOW FOUNDATION SYSTEM--------- 4 4 5.2.1 FOUNDATION PAD PREPARATION 5 5.3 FLAT WORK AND PIPING CONSIDERATIONS------------------------------------ 6 6.0 PAVEMENT RECOMMENDATIONS 6 6.1 SUBGRADE PREPARATION 6 6.2 DRIVE APPROACHES 7 6.3 PAVEMENT SECTIONS 7 6.4 PAVEMENT CONSIDERATIONS----------------------_----------_ 8 7.0 EARTHWORK GUIDELINES 8 7.1 SITE GRADING AND DRAINAGE = 8 7.2 UTILITY TRENCH EXCAVATIO..t 9 7.3 PROOFROLLING AND SUBGRADE PREPARATION------------------------10 7.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS 10 7.5 MOISTURE CONDITIONING PRIOR TO COMPACTION 10 7.6 QUALITY ASSURANCE REQUIREMENTS 11 8.0 FIELD SUPERVISION tl1 I 9.0 LIMITATIONS-------------------------------------------------------------------------------11 I ALLIANCE GEOTECHNICAL GROUP E16-0609 i FIGURES FIGURE PLAN OF BORINGS _ 1 LOGS OF BORINGS 2, 3 LEGEND - KEY TO LOG TERMS & SYMBOLS 4 SWELL TEST RESULTS:: :: 5 APPENDIX APPENDIX- MEASURES TO MINIMIZE DEEP-SEATED SWELL ALLIANCE GEOTECHNICAL GROUP E16-0609 GEOTECHNICAL INVESTIGATION TRAIL DRIVERS PARK IMPROVEMENTS FT. WORTH, TX 1.0 INTRODUCTION 1.1 PROJECT DESCRIPTION The project consists of improvements to Trail Drivers Park in Fort Worth, Texas. The improvements will include the construction of three (3) pavilion structures and construction of a new parking lot. The pavilions will have dimensions of 16' x 20' and will be supported by conventionally reinforced stiffened slab and beam (waffle type) foundation systems with thickened footings. The pavilions will not have walls. The parking lot will have dimensions of 172' x 61'. It is understood that HMAC pavement will be used in conjunction with concrete curb and gutters. 1.2 PURPOSE AND SCOPE The purposes of this geotechnical investigation were to: 1) explore the subsurface conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface materials, 3) provide foundation recommendations for the proposed structures, 4) provide pavement subgrade stabilization and pavement thickness recommendations, and 5) provide recommendations for site grading and compaction of earth work. 2.0 FIELD INVESTIGATION The field investigation consisted of drilling two (2) geotechnical borings. One boring was drilled to a depth of 25 feet in the vicinity of the proposed pavilions, and one boring was drilled to a depth of 15 feet within the footprint of the proposed parking lot. The borings were located at the approximate locations shown on the Plan of Borings (Figure 1). Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard, thin-walled, seamless tube samplers. These samples were extruded in the field, logged, sealed, and packaged to protect them from disturbance and maintain their in-situ moisture content during transportation to our laboratory. Foundation bearing properties of the soils encountered in the borings were also evaluated by the Standard Penetration test in conjunction with split spoon sampling. The Standard ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 1 Penetration tests involves driving a standard 2 inch diameter sampler a total of 18 inches and recording the blow counts and driving distances for each 6 inch or 50 blow increment. The first 6 inch drive is for seating purposes. The results of the Standard Penetration tests are recorded at the respective testing depths on the Logs of Borings. The rock encountered in the borings was evaluated by the Texas Department of Transportation Penetrometer (TxDOT Cone) tests. The TxDOT Cone is driven with the resulting penetration in inches recorded for 100 blows. The results of the TxDOT Cone test are recorded at the respective testing depths on the Logs of Borings. The results of the boring program are presented on the Logs of Borings, Figures 2, 3. A key to the descriptive terms and symbols used on the logs is presented on Figure 4. 3.0 LABORATORY TESTING Laboratory tests were performed on representative samples of the soil to aid in classification of the soil materials. The tests included Atterberg limits tests, moisture content tests and dry unit weight determinations. Hand penetrometer tests were performed on the cohesive soil samples to provide indications of the swell potential and the foundation bearing properties of the subsurface strata. Unconfined compression strength testing was performed to provide bearing properties. The results of our testing program are presented on the Logs of Borings. To provide additional information about the swell characteristics of these soils at their in-situ moisture conditions, absorption swell tests were performed on selected samples of the clay soils. See Swell Test Summary, Figure 5. 4.0 SITE AND SUBSURFACE CONDITIONS 4.1 GENERAL SITE CONDITIONS Trail Drivers Park is located at the intersection of NE 28th St. and Guenther Avenue in Fort Worth, Texas. The park is generally covered with grass, and several medium to large size trees are located near the proposed improvements. The areas of the proposed pavilions and parking lot are relatively flat. Minimal filling is anticipated. ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 2 4.2 SITE GEOLOGY As shown on the Dallas sheet of the Geologic Atlas of Texas, the project site is located in an area underlain by the undivided Fort Worth Limestone and Duck Creek Formations, undivided. These units generally consist of clay, limestone, and mudstone. 4.3 SUBSURFACE CONDITIONS Subsurface conditions encountered in the borings, including descriptions of the various strata and their depths and thickness, are presented on the Logs of Borings. Note that the depths on all borings refer to the depth from the existing grade or ground surface present at the time of the investigation. Boundaries between the various soil types are approximate. 4.4 GROUNDWATER CONDITIONS The borings were advanced with continuous flight auger drilling equipment. This method allows relatively accurate groundwater observations to be made while drilling. Groundwater seepage was not encountered in the test borings during drilling. Due to the short duration of the field investigation, 24 hour groundwater measurements were not performed. It should be noted that the subsurface water conditions are subject to change with variations in climatic conditions and are also functions of subsurface soil conditions and rainfall. Shallow groundwater levels should be anticipated after periods of rain or when creek levels are elevated. 5.0 ANALYSES AND RECOMMENDATIONS 5.1 SOIL MOVEMENT The subsurface exploration revealed the presence of expansive clay soils that extend to depths of 12 feet. The clay soils have a high shrink/swell potential in their current dry condition. Potential Vertical Rise (PVR) calculations were performed using swell test results, pocket penetrometer readings, and moisture content tests to estimate the swell potential of the soil. Potential Vertical Rise (PVR) values based upon the current dry conditions and current grades have been estimated to exceed 8 inches of anticipated "active zone" swell. In areas where existing trees must be removed for new construction, deep dry clay soils are present ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 3 due to tree root desiccation. The "active zone" soil swell PVR could exceed 10 inches in these areas. See Figure 5 for swell test results. Note: The PVR estimates assume a 10' deep active zone. Additional upward soil swell movements of 1.0" to 1.5" could occur due to soil swelling below depths of 10 feet (deep seated swell). See Figure 5 for swell test results. 5.2 SHALLOW FOUNDATION SYSTEM A conventionally reinforced stiffened slab and beam (waffle type) foundation system with thickened footings may be used if the proposed foundation and structure is designed to accommodate some differential shrink/swell movement as described in this report. Prior to foundation construction, it will be necessary to prepare the building pad per Section 5.2.1 to limit upward soil swell movements to 2 inches within the upper 10 feet. See Section 5.1 for additional deep seated swell potential. Foundation beams and/or footings should be founded at depths of at least 18 inches below the lowest adjacent final grade. Beam widths should be at least 12" wide and be designed for an allowable bearing capacity of 1,500 psf. Concrete for the beams should be placed within a neat vertical cut (without forming). Foundation settlements should be less than one inch. The shallow foundation should be designed to resist differential upward soil swell movements of 2 inches. Note 1: The slab-on-grade foundation must be designed (stiffened and reinforced) to resist uplift and overturning due to wind loads. Note 2: It is recommended that trees and deep rooted shrubs should not be allowed within 30 feet of the structure to minimize long term future settlements caused by ground shrinkage associated with moisture absorption of the tree root systems. Also, the area beneath the un-pruned mature tree drip lines and to limits of at least 10 feet beyond the drip line should not be paved. The area beneath the drip line should be landscaped and irrigated. Otherwise, an arborist should be contacted regarding the installation, effectiveness, and use of root barriers and irrigated tree wells to minimize future slab-on-grade foundation and flatwork settlements due to ground shrinkage caused by tree root desiccation. Otherwise, excessive differential settlements due to ground shrinkage (tree root desiccation) would occur. The performance of a foundation can be significantly influenced by landscaping maintenance, recessed landscaping additions near the structures, water line leaks, any other free water sources, and deep rooted trees and shrubs. It is imperative that measures be taken during design and construction to reduce the risk of free water sources near the foundations. ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 4 5.2.1 FOUNDATION PAD PREPARATION Site preparation work will be required in order to lower the potential upward soil swell movements to 2 inches due to swelling within the upper 10 feet. Recommendations for site preparation work to reduce the anticipated "active zone" soil swell movements to 2 inches are presented below. 1. Excavate and remove the soils to a depth of 8.5 feet below final pad grade. Excavations should extend 5 feet beyond the edges of the pavilion slabs. The excavations should then be tapered upward from the base of the cut on a 1(H):1(V) slope. An excavation taper is required to minimize abrupt differential movements of adjacent flatwork /pavement that would otherwise occur with vertical excavations. Differential soil swell movement should be considered during design of the grading plan (See Section 5.1). We recommend that Alliance Geotechnical Group review the excavation plan and grading plan for compliance with this report prior to construction bidding. 2. After approval of the excavation, the upper 8 inches at base of cut should be scarified, moisture conditioned, and compacted as specified below. 3. Fill to within 48 inches of final pad grade with on-site clay. Compact in maximum 8 inch lifts at +4 to +7% of optimum moisture content to 93% ASTM D698. Sandy clay with a PI of less than 30 should be compacted at +3 to +6% of optimum moisture content to 93%ASTM D698. Note 1: A higher compaction moisture content may be required for high plasticity clay while a lower compaction moisture at 95% compaction may be acceptable for lean clay. This is subject to further testing during construction. See Section 7.6 Note 2: The "targeted" compaction moisture contents indicated above are subject to additional QA/QC verifications by AGG for soil swell and strength. See Section 7.6. 4. The upper 48 inches of fill should consist of low PI select fill. The low PI select fill should extend to the same limits as described in Item #1. The material used as select fill should be a very sandy clay to clayey sand (uniform consistency free of clay clods) with a plasticity index between 6 and 14. The fill should be spread in loose lifts, less than 9 inches thick, and uniformly compacted to a minimum of 98% ASTM D 698 between —2% and +2% of optimum moisture. 5. The upper 24 inches of fill placed in unpaved areas near the building should consist of on-site clay. This fill should be placed in 8 inch lifts and compacted at optimum to +3% above optimum to 95%ASTM D698. All work should be performed in accordance with the Earthwork GUL elines (Section 7.0) of this report. ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 5 5.3 FLAT WORK AND PIPING CONSIDERATIONS Provisions should be made for large post-construction differential upward movement of adjacent flat work and piping (conduit). Site grading plans should include provisions for the effects of soil swell movements on access and entry slabs, adjacent sidewalks and all pavements. See Section 5.1 of this report. Utility line details and fixtures should consider the potential for differential movement beneath any piping. To prevent potential tripping hazards, the foundation slab should be elevated above the adjacent sidewalks and pavement slabs(where possible). 6.0 PAVEMENT RECOMMENDATIONS We assume that only occasional heavy to medium truck traffic will be present on the drive areas and that only automobile traffic will be used in the parking pavements. The following recommendations are based upon these assumed conditions. Note: Large differential upward slab movements are likely at this site due to soil swelling and should be anticipated during design of the grading plan. Excavation and moisture conditioning could be performed in pavement areas sensitive to differential movement if it is desired to reduce differential pavement movements. See Section 5.1 of this report. Recommendations for this could be provided by AGG based on tolerances for pavement movement determined by the owner. 6.1 SUBGRADE PREPARATION The surficial soils consist primarily of active clay soils with a high shrink/swell potential. Clay soils react with hydrated lime, which serves to improve their support value and provide a firm, uniform subgrade beneath the paving. However due to the relatively small dimensions of the parking lot, the use of lime stabilization is not recommended. In lieu of subgrade stabilization, six (6) inches of recycled crushed concrete base could be used in areas where a permanent base is desired to improve pavement performance and reduce maintenance. The flex base should be compacted at optimum to +2% above optimum to 95% Modified Proctor density (ASTM D1557). The base materials should comply with TxDOT Item 247, Type D, Grade 1. Prior to placing the flex base, the subgrade should be proofrolled as recommended in Section 6.4 of this report. The upper eight (8) inches of pavement subgrade should then be scarified and compacted prior to placing flex base. The upper eight (8) inches of the subgrade soils should be compacted at -1% to +2% of optimum moisture to a minimum of 98% Standard Proctor density (ASTM D 698). Note: If a rain event occurs prior to placement and compaction of the flex base, the subgrade should be aerated and re-tested prior to placement and compaction of the flex base. JI ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 6 Sand should be specifically prohibited beneath pavement areas during final grading (after stabilization), since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. It should be specified that only on-site clay soils be allowed for fine grading. After fine grading each area in preparation for paving, the subgrade surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding subgrade. If a rain event occurs prior to paving, the subgrade should be aerated and re- tested prior to paving. Due to the presence of expansive clay soils, differential pavement movements should be anticipated (see Section 5.1 of this report). Inspection during construction is particularly important to insure proper construction procedures are followed. All joints must be effectively seated. Ponding conditions should not be allowed in any area. 6.2 DRIVE APPROACHES Water should not be allowed to pond in drive approaches prior to paving. Density tests should be performed on the subgrade soils in each drive approach prior to fine grading in preparation for paving to verify compliance with project specifications. 6.3 PAVEMENT SECTIONS We assume that automobile traffic only will be used by the new parking lot. The following recommendations are based upon these assumed conditions. Table 1 presents the recommended pavement sections for this project based upon a design life of 20 years: TABLE 1: LIGHT DUTY PAVEMENT SECTION AUTOMOBILE TRAFFIC ONLY (Parking stalls with occasional light truck traffic) HMAC SECTION 2 inches Type D Surface Course 3 inches Type B Binder Course 6 inches Recycled Crushed Concrete Flex Base 8 inches Scarified and Compacted Subgrade ALLIANCE GEOTECHNICAL GROUP El 6-0609 Page 7 6.4 PAVEMENT CONSIDERATIONS It is recommended that provisions be made in the contract to provide for proofrolling in areas where the subgrade will support new pavements. It is also recommended that an item be included for removal and replacement of soft materials, which are identified by this procedure. Proofrolling can generally be accomplished using a heavy (25 ton or greater total weight) pneumatic tired roller making several passes over the areas. Where soft or compressible zones are encountered, these areas should be removed to a firm subgrade. Wet or very moist surficial materials may need to be undercut and either dried or replaced with proper compaction or replaced with a material which can be properly compacted. Any resulting void areas should be backfilled to finished subgrade in 6 inch compacted lifts compacted to 95 percent of maximum dry density as determined by ASTM D 698 at optimum to -2% to +2% of optimum moisture. Achieving the required field density is dependent upon the adequate pulverization of the clay fill materials, the magnitude of compaction energy and the maintenance of field moisture near optimum. All joints and pavements should be inspected at regular intervals to ensure proper performance and to prevent crack propagation. The soils at the site are active and differential heave within the parking area will occur (see Section 5.1 of report). The service life of paving may be reduced due to water infiltration into subgrade soils through heave induced cracks in the paving section. This will result in softening and loss of strength of the subgrade soils. A regular maintenance program to seal paving cracks will help prolong the service life of the paving. The life of the pavement can be increased with proper drainage. Areas should be graded to prevent ponding adjacent to curbs or pavement edges. Backfill materials, which could hold water behind the curb, should not be permitted. Flat pavement grades should be avoided. 7.0 EARTHWORK GUIDELINES 7.1 SITE GRADING AND DRAINAGE All grading should provide positive drainage away from the proposed structures and should prevent water from collecting or discharging near the foundations. Future soil swell movements should be considered during design of the grading plan. See Section 5.1. Water must not be permitted to pond adjacent to the structures or migrate beneath the structure ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 8 during or after construction. Otherwise, large differential soil swell movements and resulting differential movements would occur. Leave outs around the perimeter of the lightweight structures, pavilion slabs and other critical flatworks should not be allowed to collect and hold water. These leave outs should be pumped out as needed. Surface drainage gradients should be designed to divert surface water away from the buildings and edges of pavements. Surface drainage gradients of sidewalks, pavements, and landscaping, within 30 feet of the buildings should be constructed with maximum slopes allowed by local codes. Provisions should be made for post-construction differential upward movement of adjacent flat work and all pavements. Site grading plans should include provisions for the effects of soil movements on access and entry slabs, adjacent sidewalks and all pavements (See Section 5.1 of this report). The roofs should be provided with gutters and downspouts to prevent the discharge of rainwater directly onto the ground adjacent to the building foundations. Downspouts should discharge directly onto well-drained areas or drainage swales, if possible. Roof downspouts and surface drain outlets should discharge into erosion—resistant areas. Water permitted to pond in planters, open areas, or areas with unsealed joints next to the structures can result in excessive slab or pavement movements as indicated in this report. Exterior sidewalks, flatwork and pavements will be subject to some post construction movement as indicated in this report. These potential movements should be considered during preparation of the grading plan. Flat grades should be avoided. Where concrete pavement is used, joints should also be sealed to prevent the infiltration of water. Since some post construction movement of pavement and flat work may occur, joints particularly around the building should be periodically inspected and resealed where necessary. 7.2 UTILITY TRENCH EXCAVATION Trench excavation for utilities should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. Fill placement in trenches should be performed as specified below. ALLIANCE GEOTECHNICAL GROUP Ell 6-0609 Page 9 7.3 PROOFROLLING AND SUBGRADE PREPARATION Prior to placing fill, the exposed subgrade in areas to receive fill should be stripped and proofrolled using a fully loaded dump truck. Soft areas should be undercut and replaced with compacted on—site soils. The surface should then be scarified to a depth of 8 inches and recompacted to a minimum of 95% ASTM D 698 between -1% and +2% of optimum moisture. 7.4 ON-SITE CLAY FILL PLACEMENT IN PAVEMENT AND LANDSCAPING AREAS The on—site surficial clays may be used for general grading and filling. The fill materials should be free of surficial vegetation or debris. Clay materials should be spread in loose lifts, less than 8 inches thick and uniformly compacted to a minimum of 95% ASTM D 698 between optimum and +3% above its optimum moisture content. Sandy clay having a PI of less than 30 should be compacted at-1%to +2% of optimum moisture to a minimum of 95% Standard Proctor density (ASTM D 698). 7.5 MOISTURE CONDITIONING PRIOR TO COMPACTION Each layer shall be leveled with approved equipment. After spreading, each layer shall be thoroughly manipulated by plowing, discing, or other approved methods of the full depth of the layer being placed to insure uniform density and moisture distribution for proper compaction. The moisture content at the time of compaction shall be within the range specified in these special provisions. If the material is too dry, it shall be moistened by watering before and during manipulation, to properly condition the material for compaction. If the material is too wet, the compaction operation shall be delayed until the moisture content has been reduced to within satisfactory compaction range. Because of time of completion limitations, thoroughly processing of the on-site clay soils will be required during manipulation if the moisture content is below optimum at the time of placement. Each fill lift should be processed until the soil mixture is free of large clods to allow uniform moisture distribution and uniform compaction within the entire fill lift. This is particularly important if highly plastic clay soils are to be used as fill in the building pads. The amount of processing and reworking required to achieve uniform moisture conditions can be reduced by pre-wetting the onsite soils prior to placement. ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 10 7.6 QUALITY ASSURANCE REQUIREMENTS As a quality control measure, pocket penetrometer (P.P.) tests shall be performed with each field density test during construction as further verification that proper moisture conditioning is being achieved within the clay fill soils. A penetrometer reading between 1.5 tsf and 2.5 tsf will typically indicate that proper moisture conditioning is being achieved for the clay soils (subject to verification below). Similarly, P.P. tests should be performed on each Proctor Compaction Point in the laboratory for correlation and verification of the desired P.P. range with respect to Proctor moisture, density and swell (with verification that the average volumetric swell is less than 2.0% under the proposed select fill surcharge at the targeted moisture content). Prior to construction, it should be confirmed that the "targeted moisture contents" recommended in Section 5.9.1 will result in an average volumetric swell of less than 2.0% under the proposed select fill surcharge. This swell testing should be performed in conjunction with all proctor compaction testing. If the targeted moisture contents result in an average swell of over 2.0% under the proposed select fill surcharge or in a P.P. value outside the range indicated above, AGG should be contacted to determine if the intent of the geotechnical design is being achieved with respect to required swell reduction and bearing capacity. 8.0 FIELD SUPERVISION Many problems can be avoided or solved in the field if proper inspection and testing services are provided. It is recommended that all pier installations, footing construction, earthwork, proofrolling, site and subgrade preparation, and pavement construction be monitored by a qualified engineering technician. Density tests should be performed to verify compaction and moisture content of any earthwork. Inspection should be performed prior to and during concrete placement operations. Alliance Geotechnical Group employs a group of experienced, well-trained technicians for inspection and construction materials testing who would be pleased to assist you on this project. 9.0 LIMITATIONS The professional services, which have been performed, the findings obtained, and the recommendations prepared were accomplished in accordance with currently accepted geotechnical engineering principles and practices. The possibility always exists that the subsurface conditions at the site may vary somewhat from those encountered in the boreholes. The number and spacing of test borings were chosen in such a manner as to ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 11 decrease the possibility of undiscovered abnormalities, while considering the nature of loading, size, and cost of the project. If there are any unusual conditions differing significantly from those described herein, the Alliance Geotechnical Group should be notified to review the effects on the performance of the recommended foundation system. The recommendations given in this report were prepared exclusively for the use of the client and their consultants. The information supplied herein is applicable only for the design of the previously described development to be constructed at locations indicated at this site and should not be used for any other structures, locations, or for any other purpose. We will retain the samples acquired for this project for a period of 30 days subsequent to the submittal date printed on the report. After this period, the samples will be discarded unless otherwise notified by the owner in writing. ALLIANCE GEOTECHNICAL GROUP E16-0609 Page 12 ALLIANCE GEOTECHNICAL GROUP E16-0609 pqm., MOV li YY I,,I d I��'ill',II a I P ! 4 d I �N �f. +.r N Project No, LL4f � El 6-0609 PLAN OF BORINGS r GEOTECI-q'iIC19L ( r TRAIL DRIVERS PARK FIGURE NO: __ FT. WORTH, TEXAS LOG OF BORING B-1 Project: Trail Driver Park-Ft.Worth,Texas Project No.: E16-0609 Date: 07/21/2016 Elev.: Location: See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: in EN UNCON SVm ELEVATION/ SOIL SYMBOLS MC DEPTH SAMPLER SYMBOLS DESCRIPTION � L % PI % DD PCf P kst feel &FIELD TEST DATA L%L PL P! -200 DD P,P Dark brown CLAY w/calcareous nodules,jointed 15 55 22 33 1o5.6 4.5++ Brown andv G M w/limestone fragments and gravel, jointed 4.5++ 18s" Tan SMft MMWh=d LlMg6JM w/tan silty clay 19/8" �^ 12/6" la ers _ s 17rs° Tan CLAY w/limestone fragments,jointed 12 — 18l6" 12/6" Tan and gray ab CLAY w/calcareous nodules and 45+' tev tan limestone fragments,jointed, blocky 15 80 21 39 113.6 916" 11/8" 15 4,5++ 1716" Tan and gray sandy CLAY w/gravel 20 100 3,7 3.3 3.9 15 -sand seams below 16 feet Firm to moderately hard tan wee gffld L — ` fractured w!ve hart!limestone ers 50/4.5 Moderately hard to hard gray LIMESTONE w/ very hard 50/0.5" 50/0,251, y limestone layers } 50/1,5" 25 50/1° Boring terminated at 25' 35 Notes- FIGURE:2 Alliance Geotechnical Group, Inc. - - LOG OF BORING B-2 Project: Trail Driver Park-Ft.Worth,Texas Project No.: E16-0609 Date: 07/21/2016 Elev.: Location, See Figure 1 Depth to water at completion of boring: Dry Depth to water when checked: was: Depth to caving when checked: was: ELEVATION/ SOIL SYMBOLS MC LL PL PI .200 DO RIPEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCRIPTION % % % % sc Pd tsr kW % feet &FIELD TEST DATA Reddish brown, brown, and dark brown CLAY wl limestone h meats Md concrete pjq2ts,Jointed FIL 57 22 35 4,5++ Dark brown sandy CL AY w/limestone fragments and a 4.5++ calcareous modules,jointed Brown sandy-CLAY w/limestone fragments and gravel, a5++ 7r6" jointed _ 10 44 16 28 4,5++ 4.5++ 1266' 10 ,7/6. 20/6" Firm to moderately hard tan wA thered IlULE_S UNE, a tors" fractured, w/clay layers 3ors° t5 34/6' Boring terminated at 15' 25 =30 ,56 Notes: FIGURE:3 Alliance Geotechnical Group, Inc. KEY TO LOG TERMS & SYMBOLS Symbol Description Symbol Description Mt KU& symbols m THD Cone Penetration CLAY Test LIMESTONE, weathered CLAY, shaley CLAY, sandy Weathered MUDSTONE Mudstone Soil Sowlers . Thin Wall Shelby Tube Standard �{ Penetration Test U Auger Nqq p 1 Exploratory borings were drilled on dates indicated using truck mounted drilling equipment. 2. Water level observations are noted on boring logs. 3. Results of tests conducted on samples recovered are reported on the boring loge. Abbreviations used are: DD - natural dry density (pcf) LL = liquid limit M MC - natural moisture content M PL - plastic limit M Uncon.= unconfined compression (tsf) PI = plasticity index P.Pen.= hand penetrometer (tsf) -200 = percent passing #200 4. Rock Cores REC = (Recovery) sum of core sample recovered divided by length of run, expressed as percentage. RQD - (Rock Quality Designation) sum of core sample recovery 4" or greater in length divided by the run, expressed as percentage. FIGURE:4 Alliance Geotechnical Group, Inc. SWELL TEST RESULTS ATTERBERG IN-SITU FINAL % BORING DEPTH UNIT LIMITS MOISTURE MOISTURE LOAD VERTICAL NO. (FEET) WEIGHT LL PL PI CONTENT CONTENT (PSF) SWELL B-1 0-1 105.6 55 22 33 15.2 28.1 63 15.7 7-8 113.6 60 21 39 14.5 20.5938 6.5 PROCEDURE: 1. Sample placed in confining ring, design load (including overburden) applied, free water with surfactant made available, and sample allowed to swell completely. 2. Load removed and final moisture content determined. CE SWELL. TEST RESULTS TRAIL ORIVERS PARK G- TECHNICFL FT.WORTH.TEXAS GIROUr ALLIANCE GEOTECHNICAL GROUP E16-0609 Date: 08/25/2016 FIGURE 5 APPENDIX MEASURES TO MINIMIZE DEEP-SEATED SWELL APPENDIX A MEASURES TO MINIMIZE DEEP SEATED SWELL In order to reduce the risk of excessive upward ground movements caused by soil swelling associated with free water sources, the following measures should be taken during design and construction: • The use of superior contractors and utility line materials accompanied with Quality Control inspection and testing of all utility line installations including automatic sprinkler systems installed after construction. • Sprinkler lines should not be installed near the structure. Instead, the system should be designed so that the lines themselves are as far away from the structure as possible. Sprinkler heads should be used with a capacity to direct water toward the structure from distances of several feet. • Utility under-drains with impervious barriers along the trench bottom may be used as an additional safeguard to minimize post-construction upward movement caused by water percolation into the deeper clay soils. • Elevated landscape beds over impervious lining should be used in lieu of recessed beds to prevent ponding water conditions near the structure. • Detention basins near structures could be lined to prevent water migration into the deeper expansive soils and reduce the risk for additional deep seated swell. • Positive drainage should be provided. Surface drainage gradients within 10 feet of the building should be constructed with maximum slopes allowed by local codes. • Roof gutters should be used to direct roof runoff away from the structure in the most direct manner. Downspouts should not be allowed to discharge into landscaped areas located near the building. Downspout extensions should be used to facilitate drainage from the structure. • Rapid repair of any utility leak including water lines, sewer lines, sprinkler line, sprinkler heads. • Trees and deep rooted shrubs should be located no closer to the structure than one- half their ultimate mature height to reduce foundation settlement effects caused by moisture absorption of the root systems. ALLIANCE GEOTECHNICAL GROUP Ell 6-0609 GC-4.04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GC-4.06 Hazardous Environmental Condition at Site THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GC-6.06.1) Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 ATTACHMENT 1A Page 1 of 4 FORT WORTH ---�r�-- City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe North Rock Construction, LLC Offeror PROJECT NAME: Iv IWI QBE L NON-MW BE Construction of Trail Drivers Park Improvements 12/08/16 BID DATE City3s MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 6 Bio 6 iia 02475 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation,-and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of.bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson,Parker, and Wise counties. Prime contractors must identify by tier level .of all subcontractors/suppliers. Tier. means the level of subcontracting .below :the prime contractor/consultant ie. a direct payment from the prime contractor to a subcontractor is considered 1 st tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 FORTWORTH ATTACHMENT 1A � Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E Cowtown Redi Mix NCTRCA-SBA Redi Mix $31,320.00 3401 Bethlehem Ave. Fort Worth, TX 76111 ❑ 817-759-1919 mmedina@cowtownrm.0 s JIM Materials Inc. Hauling Hauling $3,203.75 PO Box 199 Alvord, TX 76225 ❑ ❑ 940-427-2028 d.elkins@jmmaterials.com Perfect Finish Landscaping Landscaping Seeding $6,600.00 3939 Beltline Rd.Ste. 310 Bermuda Grass Addison, TX 75001 (hydromulch) 888-645-4333 ❑ ❑ kamran@perfectfinishland scaping.com ❑ ❑ Rev.2/10/15 FoR_ WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first,use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B B Work Purchased Email E E Contact Person E El El E] El El Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $31,320.00 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $9,803.75 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $41,123.75 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal .-of a request •for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the .ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1)year. 7, Authorized Signature Printed Signature President Iwo Contact Name/Title(if different) North Rock Construction, LLC (940) 220-5500 Company Name 'Telephone and/or Fax 525 South Loop 288 Suite 105 jgann@nrockconstruction.com Address Email Address Denton, Texas 76205 12/12/16 City/Stateop Date Rev.2/10/15 ORDINANCE NO.21606-01-2015 AN ORDINANCE AMENDING CHAPTER 20 "LICENSES AND MISCELLANEOUS BUSINESS REGULATIONS", ARTICLE X "MINORITY AND WOMEN BUSINESS ENTERPRISES" OF THE CODE OF THE CITY OF FORT WORTH, TEXAS (1986), AS AMENDED, BY AMENDING SECTION 20-366, "DEFINITIONS", SECTION 20-368, "CERTIFICATION", AND SECTION 20-371, "APPLICABLE CONTRACTS"; REDUCING THE SUBMISSION TIME FOR MINORITY AND SMALL BUSINESS ENTERPRISE COMPLIANCE DOCUMENTATION FROM FIVE (5) DAYS AFTER DAY OF BID OPENING TO TWO (2) DAYS AFTER DAY OF BID OPENING; PROVIDING A PENALTY FOR FAILING TO SUBMIT MINORITY AND SMALL BUSINESS ENTERPRISE DOCUMENTATION IN A TIMELY MANNER; PROVIDING THAT THIS ORDINANCE SHALL BE CUMULATIVE OF ALL PRIOR ORDINANCES AND REPEAL CONFLICTING ORDINANCES; PROVIDING FOR A SEVERABILITY CLAUSE; PROVIDING FOR A SAVINGS CLAUSE; PROVIDING FOR PUBLICATION IN THE OFFICIAL NEWSPAPER OF THE CITY; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, on December 13, 2011, the City Council of the City of Fort Worth ("City Council") adopted Ordinance No., 20020-12-2011, the Business Diversity Enterprise (BDE) Ordinance,with an effective date of June 1,2012;and WHEREAS, it is advisable to amend Chapter 20 of the Code of the City of Fort Worth (1986), as amended, ("Chapter 20") to amend. the definitions of "Certified", "Minority Business Enterprise,,"Non-responsive", `Small Business Enterprise", and"Women Business Enterprise";and WHEREAS, it is advisable to add definitions for the terms "M/WBE", "Principal Place of Business"and"Significant Business.Presence";and WHEREAS, the BDE Ordinance currently provides a five (5) day window after the date of bid opening for an Offeror to submit its Business Diversity Enterprise Utilization Plan; and WHEREAS, the City Council seeks to promote greater efficiency and expediency in entering into contracts with third parties; and WHEREAS, it is advisable to amend Chapter 20 to provide for a two (2) day window after the date of bid opening for an Offeror to submit its Business Diversity Enterprise Utilization Plan; and Ordinance No.21606-01-2015 Page 1 of 8 WHEREAS, it is also advisable to amend Chapter 20 to provide a penalty for repeated failure of low bidder to submit required Minority Business Enterprise or Small Business Enterprise documentation within the mandated timeframes;and WHEREAS,the City Council finds this Ordinance to be reasonable and necessary, NOW,THEREFORE,BE IT ORDAINED BY THE CITY COUNCIL, OF THE CITY OF FORT WORTH,TEXAS,THAT: SECTION i. The definitions of"Certified', "Minority Business Enterprise", "Small Business Enterprise" and "Women. Business Enterprise" contained in Chapter 20 "Licenses and Miscellaneous Business Regulations",Article X "Minority and Women Business Enterprises", Section 20-366,"Definitions" of the Code of the City of Fort Worth are hereby amended to be and read as follows and the definitions of "M7WBE", "Principal Place of Business" and "Significant Business Presence" are hereby added to read as follows.: Certified means those firms that.have been determined to be a bona fide Minority, Women,. or Small Business Enterprise by the. North Central Texas Regional Certification .Agency C"NCTRCA") or other certifying; agencies that the City may deem appropriate and whose certifications are accepted by the City of Fort Worth, MIWBE means Minority Business Enterprises, as defined herein, and Women Business Enterprises,as defined herein, Minority Business Enterprise (UBE'') means a Certified business that meets the. following criteria: (1 is at least 51 percent owned by one or more minority persons, or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more minority persons;and (2) management and daily business operations are controlled by one or more minority persons who own it. Non-responsive means failure of an Offeror to comply with this Article's requirements upon submission of a bid or proposal, herein specifically defined by failing, within the time limits specified within the ordinance,to:, (1) meet or exceed,the stated contract Goal,or (2) make a good faith effort to meet the contract Goal,or (3) submit the prime contractor waiver;or (4) submit the Joint Venture form and agreement. Ordinance No.21606-0.1-201<5 Page 2 of a Principal Place of Business means the address reflected in the North Central Texas Regional Certification Agency current database as the Principal Place of Business. Significant Business Presence means a place of business whose principal Place of Business is outside the Marketplace and whose location within the Marketplace has been verified to be in existence for a minimum of 24 months and from which:(]) at least 40%of the business's full-time and part-time employees are based in the Marketplace and (2) a Commercially Useful Function is conducted that is. significant to the specific project. A location utilized solely as a post office box, mail drop, or telephone, message center or any combination thereof, with. no other substantial work function, shall not be construed to constitute a Significant.Business Presence, Small Business Enterprise("SBE")means a Certified business that meets the United States Small Business Administration's definition of a small business as outlined in the Code of Federal Regulations, 13 C.F.R. Part 121 and that is accepted by the City of Fort Worth as a Small Business Enterprise,, Women Business Enterprise ("WBE") means a Certified business that meets the following criteria: (l) is at least 51 percent owned by one or more women,or, in the case of any publicly owned business, at least 51 percent of the stock is owned by one or more women; and (2) management.and daily business operations are controlled by one or more women who own it. SECTION 2. Chapter 20 "Licenses and Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises", Section 20-368, "Certification" of the Code of the City of Fort Worth is hereby amended to be and read as follows: The City will recognize MBE and SBE firms that are Certified by the North Central Texas Regional Certification Agency C NCTRCA") or other certifying agencies that the City may deem appropriate and whose certifications.are accepted by the City of Fort Worth, including acceptab.le.SAE certifying agencies.. SECTION 3.. Chapter 20 "Licenses and Miscellaneous. Business Regulations", Article X "Minority, and Women Business Enterprises", Section 20-371, "Applicable contracts" of the Code of the City of Fort Worth is hereby amended to be and read as follows:. Section 20-371(aX T)c.2.: Ordinance No.21606-01-2015 Page 3 of 8 The Offeror shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Form or the Prime Contractor Waiver Farm, or the Joint Venture Form, including all required documentation, as appropriate. The Purchasing Division must receive the documentation no later than 2:00 p.m., on the second City business days after the bid opening date,exclusive of the bid opening date. The Offeror shall obtain a receipt from the appropriate employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s) within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MBE or SBE requirements and documentation,shall render-the Offeror Mon-responsive. Section 20-371(a)(2)a.: For the purpose of determining compliance with the Goal requirements established in this Article, businesses will be counted as MBE and SBE only if the business's Principal Place of Business is located in the Marketplace or the business has a Significant Business.Presence in the Marketplace. Section 24-371(a)(2)a.3: If a, business described in Section 20-371(a)(2)a.2 above fails to submit an application for certification within a reasonable time, or if the business is denied certification, the Offeror ,shall be afforded until 2:00 p.m. on the second City business days following written notice by the Project Manager to secure additional Certifwd/Certifiable MBE and/or SBE participation. Section 20-371(a)(2)a.4: Evidence of the additional Certified/Certifiable MBE and SBE participation shall be delivered to and received by Purchasing Division no later than 2:00 p.m.,on the second City business days after the written notification was received by the Offeror,exclusive of the date that the notification was received. Section 20-371(a}(2)a.5 If a business described in,Section.20-371(axl)c.2. above fails to submit its MBE and SBE documentation by the deadline, the second Offeror will be notified in writing by the Project Manager and must submit its MBE and SBE documentation to the Purchasing Division no later than 2:00 p.m. on the second City business day after the notification was received by the second Offeror, exclusive of the date that the notification was received. If the second Offeror fails to, submit its documentation prior to the deadline, the third Offeror shall be notified by the Project Manager in writing and must comply with the requirements set forth in this paragraph. Ordinance.No.21606-01-201$ Page 4 of 8 Section 20-371(a)(2)d: Documentation required under Section, 20-371(a)(2)a.2. or (a)(2)0. above, must be received by the Purchasing Division no later than 2:00 p m,., on the second City business day, exclusive of the date that the Offeror was notified that it was Noxi-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed Non- responsive.. The City will not communicate with another Offeror regarding award of the contract prior to 2:00 p.m. on the second City business days after the original Offeror has been notified that it is a Non-responsive bidder, Section 20-371(a)(2)j,I: The Purchasing Division must receive the documentation no later than 2:00 p.m., on the second City business days after the bid opening date, exclusive of the bid opening date. The. Offeror shall obtain a receipt from the appropriate employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable completed form(s), within the allotted time will be considered when determining the responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the MBE and SBE requirements and documentation, shall render the Offeror Non-responsive. Section 20-371(aX5): Alternative Contracting and DolivvryMethodsfor Construction Project. A prospective Offeror on a City solicitation for which Offerors are not initially evaluated solely based on price or for which the project scope is not predefined, shall submit at the time of response such documentation as required. by the City to affirm its intent to address the subcontracting Goal that is indicated.in:the solicitation. Section 20-371(b)(2)a.: For the purpose of determining compliance with the Goal requirements established in this Article, businesses will be counted as MBE and SBE only if the business's Principal Place of Business is located in the Marketplace or the business has a Significant Business Presence in the Marketplace. Section 20-371(c)(l)c.2: The Offeror shall submit the Subcontractor Utilization Form and/or the Good Faith Effort Form or the Prime Contractor Waiver Form, or the Joint Venture Form, including all required documentation, as appropriate. The Purchasing Division must receive the documentation no later than 2:00 p.m., City business days after the bid opening date, exclusive of the bid opening date, The Offeror shall obtain a receipt from the appropriate Ordinance No.21606-0-1-2015 Page 5 of 8. employee of the Purchasing Division to whom delivery was made. Such receipt shall be evidence that the City received the documentation. The submission of the applicable. completed form(s) within the allotted time will be considered. when determining the. responsiveness of the bid. Failure to comply with the bid specifications, inclusive of the SBE requirements and documentation,shall render the Offeror Nan-responsive: Section 20-371.(c)(2)a.2: If a business described in Section 20-371.(c).(2)a..1 above fails to submit an application for certification within a reasonable time, or if the business is denied Certification, the.Offeror shall be afforded until 2:00 p.m,on the second City business day following written notice by the Purchasing Division to secure additional Certified/Certifiable SBE participation., starting the next City business day following the day the written notification was received ,from Purchasing Division. Section 20.371.(c)(2)a..3:. Evidence of the additional Certified/Certifiable SBE participation shall be delivered to and received by the Purchasing Division no later than 2;00 p.m., on the second City business days after the notification was received by the. Offeror, exclusive of the date that the notification was received. Section 20-37 1(c)(2)d: Documentation required under either Sections 20-371(cX2)b, or 20-37I�c)(2)c, above must. be received by the Purchasing Division no later than 2:00 p.m on the secatid_City business day following written notice by the Purchasing Division, exclusive of the date that the Offeror was notified that it was Non-responsive. If the documentation is not received within the stated time, the Offeror shall be deemed Non-responsive. The City will not communicate with another Offeror regarding award of the contract prior to 2:00 p.m. on the second City business days after the original Offeror has been notified that it is a Non- responsive bidder.. Section 20-371(c)(2)j.I,- The Purchasing .`l"he'Purchasng Division must receive the Joint Venture form from the Offeror no later than 2:00 p.m., on.the second City business days after the date of bid opening, exclusive of the day of'the bid opening, for certification by the.M/WBE Office. SECTION 4. Chapter 20 "Licenses and. Miscellaneous Business Regulations", Article X "Minority and Women Business Enterprises" of the Code of the City of Fort Worth is hereby amended to add Section 20- 371.1 to be and read as follows: Ordinance No.21606-01-2015 Page 6 of 8 Section 20-371.1 Failure to provide MBE or SBE documentation. (a) If an Offeror fails to provide required MBE and/or SBE documentation as set forth in section 2U-371,a written notification shall be forwarded to the noncompliant Offeror by the Project Manager or the Purchasing.Division, as appropriate. A second failure to provide: required MBE and/or SBE documentation within a five (5) year period shall result in the. Offeror being disqualified and therefore ineligible to bid on City contracts for a period of one year from the date of notification of the second instance of Non-responsiveness. (b) Any Offeror who has failed to provide required MBE and/or SBE documentation three times within a five (5) year period. is ineligible to bid on.City contracts for a period of three(3)years from the date of notification of the third instance of Non-responsiveness. (c) Any Offeror who has been disqualified under this section may apply to be reinstated upon the expiration of the ineligibility period. (d) Debarment under this section shall not operate as a waiver of any statutory remedy or penalty provided for by federal, state or local statute,rule,regulation or ordinance. SECTION 5. This ordinance shall be cumulative of all provisions of ordinances of the Code of the City of Fort Worth, Texas, (1986), as amended, except where the provisions of this ordinance are in direct conflict with the provisions,of such ordinances and such Code, in which event conflicting provisions of such ordinances and such.Code are hereby repealed. SECTION 6. It is hereby declared to be the intention of the City Council that the phrases, clauses, sentences, paragraphs and sections of this ordinance are severable, and, if any phrase, clause, sentence, paragraph or section of this ordinance shall be declared unconstitutional by the valid judgment or decree of any court of competent jurisdiction, such unconstitutionality shall not affect any of the remaining phrases, clauses, sentences, paragraphs and sections of this ordinance, since the same would have been enacted by the City Council 'without the incorporation in this ordinance of any such unconstitutional phrase, clause,sentence,paragraph or section. SECTION 7. All rights and remedies of the City of Fort Worth, Texas, are expressly saved as to any and all violations of the provisions of the Code of the City of Fort Worth, or any other ordinances of the City, that have. accrued at the time of the effective date of this ordinance; and, as to such accrued violations and all pending litigation, both civil and criminal, whether pending in court or not, under such ordinances, same shall not be affected by this ordinance, but may be prosecuted until final Ordinance No.21606-01-2015 Page 7 of 8 disposition by the courts. SECTION 8. The City Secretary of the City of Fort Worth,Texas is hereby directed to publish the caption, penalty clause and effective date of"this ordinance for two (2) days in the official newspaper of the City of Fort Worth,Texas,as authorized by Texas Local Government.Coda,Section 52.01.3. SECTION 9. All other provisions of Chapter 20 of the Code of the,City of Fort Worth, as amended, shall remain in full force and effect,save and except as amended by this ordinance. SECTION 10. This ordinance shall take effect upon adoption and publication as required by lave,and it is so ordained: APPROVED AS TO FORM AND LEGALITY: ATTEST: Charlene Sanders Mary J. Assistant City Attorney City Secretary ADOPTED: Jany=6.2015 EFFECTIVE. Ordinance No.21606-01-2015 Page 8 of 8 City of bort Worth, Texas Mayor and Council Communication li:iiiii i: i A CONTINUED FROM A PREVIOUS WEEK DATE: Tuesday, December 09, 2014 REFERENCE NO,: G-18380 LOG NAME: 17BDEAMEND SUBJECT: Adopt Ordinance Amending Chapter 20, Licenses and Miscellaneous Business Regulations,Article X, Minority and Women Business Enterprises, to Amend and Add Definitions, Reduce the Time Period for Persona Bidding on Certain City Contracts to Submit Minority Business Enterprise and Small Business Enterprise Documentation from Five Days to Two Days and Include a Penalty for Failure to Submit Such Documentation (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adapt the attached ordinance amending Chapter 20, Licenses and Miscellaneous Business Regulations,Article X, Minority and Women Business Enterprises to add and amend the definitions, reduce the time period for submission of Minority Business Enterprise and Small Business Enterprise documentation and include a penalty for failure to submit the required Minority Business Enterprise and Small Business Enterprise. DISCUSSION: The current Business Diversity Enterprise (BDE)ordinance requires that persons or businesses wishing to bid on certain City contracts must submit Minority Business Enterprise (MBE) and Small Business Enterprise(SBE)documentation within five City business days after bid opening date. In order to reduce the amount of time it takes to complete the award process,Staff recommends reducing the current five City business day requirement to two City business days. The proposed reduction was reached after evaluating input from the Minority/Women Business Enterprise Advisory Committee(M/WBE Committee) and the.contracting community. If the lowest bidder does not timely submit the required MBE and SBE documentation, that bidder will be deemed non-responsive and the second lowest bidder will be given two City business days to submit the required documents This process will be followed until the lowest bidder submitting the required MBE and SBE document is selected. in order to discourage contractors from not submitting the required documentation, various penalties were discussed. A progressive penalty schedule for failure to submit required documentation within required timelines was proposed by Staff and is supported by both the M/WBE Committee and acceptable to the, contracting community. The proposed progressive penalty schedule is: First failure to submit Waming Second failure to submit required Disqualification from bidding for a period documentation within a 5 year period of one vear Third failure to submit required Disqualification from bidding for a period ocumentation within a 5 year period lof three years Logname: 17BDEA1v1END FW—j d2l A contractor who is removed from the pre-qualification lists must apply for reinstatement after the expiration of the penalty period in order to be eligible to bid. The M/WBE Committee also supports efforts to increase opportunities for regional firms that wish to have a business presence in the.region. Therefore, for purposes of the Business Diversity Enterprise Ordinance, the M/ BE Committee recommends that the City count not only MBEs and SBEs whose principal places of business are located in the six county area comprising the Marketplace, but also those who have a significant business presence in the marketplace, even if their principal places of business are located elsewhere. The proposed ordinance defines a business with a"Significant Business Presence" in the Marketplace as one whose principal place of business is outside the marketplace, but that has conducted business operations from a location within the marketplace for at least 24 months.and from which (1)at least 40 percent of the business's full-time and part-time employees are based and (2) a commercially useful function is conducted that is Wgnificant to the specific project. A business whose only location in the marketplace is utilized solely as a post office box, mail drop, or telephone message center or any combination thereof, with no other substantial work function, would not be considered to have a significant business presence in the marketplace. All MBEs and SBEs must be certified as such by the North Central Texas Regional Certification Agency (NCTRCA) or other certification agencies that subsequently may be acceptable to the City. A company's principal place of business will be established by the certification agency. . "'.. ":.' ':.a'.f4'i^kW .:,�+�F'+F'ati..W?itb t1! k'^+.#„'!c mow,+;"x+w'rS..•�....... -......4.._ yy.-. FISCAL INFORMATION /CERTIFICATION: The Financial Management Director certifies that this action will have no material effect on City funds.. FUND CENTERS: TO Fund/Account/Centers FROM Fund/Account/Centers CERTIFICATIONS: Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: ,lay Chapa (5804) Robert Sturns (212-2663) Additional Information Contact: Coy Gray (871-6007) Logname: 17BDEAN7' ND Pago 2 of 2 ATTACHMENT 1A Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: M/W/DBE ff NON-M(W/DBE BID DATE Cit)(s MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requesteddocumentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being.considered non,-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration Of disqualification and will result in the bid being considered non-responsive to bid specifications: MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier, means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned Py the MBE as outlined in the lease agreement. Rev.2/10/15 FORT WORTH ATTACHMENT 1 A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax ' B B e Work Purchased Email E E Contact Person E El El E] F1 Rev.2/10/15 Foltz ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER o Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E El El El El El 0 El E] Rev.2/10/15 FORT WORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signatures Printed Signature Two Contact Name/Title(H different) Company Name Telephone and/or Fax Address E-mail Address City/State2lp Date. Rev.2/10/15 ATTACHMENT 1C Page 1 of 4 FORS+ ORT H City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: =/W/DBE I I NON-MNV/QBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % % If the Offeror did not meet or exceed the MBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, l thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with Supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Rev.211 Q/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M/WBE Office. Yes Date of Listing 1 / No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (if yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,Person contacted,phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email,exclusive of the day the bids are opened? Yes (If yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or"undeliverable message"documentation may render the GFE non-responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be In compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2/10/15 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goodstservices specific to their skill set? Yes (If yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (if yes,attach the Information that was not valid in order for the M/WBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary,and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2/1N15 ATTACHMENT 1C Page 4of4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1 C will be contacted and the reasons for not using them will be verified by the City's M/WBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110115 ATTACHMENT 1B F� QRT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME: M/W/DBE NON-M/W/DBE BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1 C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you oust complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 P.M., on the second City business day after bid opening,exclusive of the bid opening date,will result in the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project,this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract,the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1)year. Authorized Signature Printed Signature Title Contact Name(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2/10/15 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 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 Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011 GR-0160 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Park Improvements at:Trail Drivers Park STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 002475 Revised July 1,2011