Loading...
HomeMy WebLinkAboutContract 52227 CITY SECRETARY CONTRACT NO � FORT WORTH ORIGIN CONTRACT FOR THE CONSTRUCTION OF PLAYGROUND IMPROVEMENTS AT: Park Name City Pr�ect lulu. Harmon Field 100896 Delga 101410 Forest (Tillery) .101411 Betsy Price David Cooke Mayor cfty Manager Richard Zavala Director, Park & Recreation Department Prepared by The City or [iorl Worth Park & Recreation Department 2018 OF FILIAL RECORD I ��,� CITYSECRETARY FORT WO He City of Fort Worth Standard Construction Specification Documents Adapted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00- General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders qualifications 0045 12 Qualification Statement 0045 13 Bidder Qualification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 3120 Project Meetings 01 3216 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 7839 Project Record Documents CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Division 02- Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03-Concrete 03 30 00 Cast-In-Place Concrete Division 12-Furnishings 1269 14 Playground Equipment 1268 15 Wood Fiber Playground Surfacing 11 93 00 Site Furnishings Division 26-Electrical 26 05 00 Common Work Results for Electrical Division 31 -Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 2500 Erosion and Sediment Control Division 32-Exterior Improvements 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro-Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 34-Transportation 3471 13 Traffic Control Appendix GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Division 02-Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 03- Concrete 03 30 00 Cast-In-Place Concrete Division 12 Furnishings 12 69 14 Playground Equipment 12 68 15 Wood Fiber Playground Surfacing 11 93 00 Site Furnishings Division 26-Electrical 26 05 00 Common Work Results for Electrical Division 31-Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32-Exterior Improvements 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding 32 93 43 Trees and Shrubs Division 34-Transportation 3471 13 Traffic Control Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates END OF SECTION CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION- Approved on 3/1912019 DATE: Tuesday, March 19. 2019 REFERENCE NO.: "C-29073 LOG NAME: 80PLA Y ROLJN 7 RFIN AT 3 ITESmHO. SUBJECT: Al.rthorrze Execution of a Genstructi0n COntract with Henneberger Construction. Inc., In the Amount of $631,050-77 for the Construction of Playground Improvements at Harmon Field Park, Do[9a Park and i=orest Park and Provide for Add itiona] Project Oast anti Contingencies in the Amount of $59,200-00 for a Total C Dnstructlon Cost of$690,250.77 (COUNCIL DI STIR I CTS 8 and 9) RECOMMENDATION. It is recommended that the City Council authorize the execution of a construction ctiritratt wlth Henneberger Construction. Inc-, in the amount of$631,050.77 for the construction of the playground improvements at Harmon Field Park, Delga Park and Forest Park. DISCUSSION: The purpose of this Mayor anti C ouncii Communication is to authorize the award and execution of a construction contract with Hen rieberger Construction. Inc-, in the amount of $631,050.77, for the construction of playgreUnd irnprovemernts at Harmon Field Park (C ouncll Di trict 8), DeIga Park (Council Distri.ct 8), and Forest Part (Council DiStf-[ 9)- Total appropriations are summarized beiow- Park Source Current Appropriations Proposed Total Harmon 30100 - General Capita Projects 91 ,500-00 NIA $291,500.00 Delga 10100 - General Capital Projects , $ 58,500,00 NIA $ 58,500.00 Forest i30100 - General Capital Projects $ 0,000.00 NIA $ 00,000.00 Total $750,000-00 N/A $750,000.00 This project was advertlsed for bids ors December 13 artd 20, 2018 in the Fort Worth Star-Telegram On January 17, 2019, the following bids were received and tabulated; BIDDEN i BASE BID I BID ALT TOTAL � 111-11enneberger Construction, Inc. $508,594A1 $1 ,4-56, 8 6 -1,O5017 North Rook construction, LL . $516,6 4.75 $145,318,46 $66 , 13111 ;Fork Wo rth C mill Constructors LL . $638,631,00 $149,106.00 $ 87,737.00. Logrranic, 80PLA Y CittC LNI D PEN AT TM- -HC. Pagc 1 or? Base hid improvements inciudo: demolition of existing playground facilities, installation of new playground facilities, installatlan of new concrete entry and site grading aL all three park sites. Alternate bid improvements include: concrete walk and pads at all three sites, a shelter a# Harmon Fleld Park, a security lighting at Delga Park. benches. picnic tables and trash receptacles at Harmon Field and Del a Park. The annual maintenance cast for those project am $7,038.45. Construction Is anticlpaled tc ccm men ce in April 019 and be corn pleted by August 2019. Contract time is 126 caIandor days, WVVBE OFFICE. Henfieberger Construction. Inc., is in compliance with the City's B D E 0rdInance by cornrnitting to 6% MBE participation on this project. The ity's MDE goal on this project is 5%. These prnlects are loeatbd in COUNCIL DISTRICTS 8 and 9. FISCAL. INFORMATION 1 CERTIFICATION; The Director of Finance certifies that funds are avalla6le in the current capital budget, as appropriaW,,f [lie General Capital Projects Fund_ FUND IDENTIFIERS FIDS TO _ Fund Department +Accoun Project Program4ctivity Budget Reference # Amou ntl ID ] ID J _ Year { hartifield FROM _ _ Fund Department Account Proja �Prog ra rn trtiVity 1Budget Reference Aimaun ID JD Year �_(q.harltfiellld CERTIFICATIONS. Submitted for City Mananer's Office by: Fernando Costs ( 122) Originating Department Heart: Rich8rd Zavala (5704) Additional Information Contact: Carlos Gonzalez (5734) ATTACHMENTS 1. Form 1 9-9 Gertificate hlennabeWer 201 �.446506 Redacted.pdf (Public). M ap - PlavgrDund I.mpr_overnants at 3 Park Sites-.pdf (Public) 3_ MC FID ATTACHMENT- Playground Imp. at 3 M .Qdlf (C f Internal) 4_ M BE - Compliance Memo. HennebeFuef-. df ( FVV Internal) b. SAM Henneberger Construction Inc,pdf (CFW internal) Lagname: 80PIJ SYGROU ND RE AT .1 SITE -HC- Page 2 of 2 FORTWORTH. ADDENDUM #1 PLAYGR( UND I MPROVEME T AT HARMON PARK, DELGA BARK AND FOREST ('riLLERY) PARK. january 2, 2019 TO ALL BIDDERS'. pl,easa attach to your specifications, 'rhis addendum Is hemby ma de a part of the Contract Documenw and is Issued to Modify explaln or correct the original drawings andlor prujeol mnua1. PROJECT MANUAL REFER TO 9ECTIOM Ott 11 13 DELETE Section 03 -F 1 13 41viladran fo Bidders sectoon from the Spec Book REPL SCE t+o th atfoch Section 00 77 13 secfiaiI iri tho Spar. Book (Bfd Opening has charge from Jariuory 7 , 2019 to January 17r 207�J. END OF ADDENDUM #1 BEd OpenJii[I Dale. January 1T, 201,9. Acknowledge the racetpt of this Addendurn on your ProprsaI By. Carlos M Gonzalez Park Planner (817) 142 734 carfos.gonzalez fi}rtworthgov.atg RelQaBe Date;Jan wery 2. 2019 PARK& RE,CREATION DEPARTMENT qhy of Fart Ward4 4200 Sourli Freeway.811ite 22fXl, Fail Werth Texas. 161 15-1499 (817)-392-570C[FARKI I'Hx (817)-3{>2-5724 0011 13-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of Playground Improvements at Haimon Field#100896,DeIga 5 #101410& Forest(Tillery)#101411 Parks will be received by the City of Fort Worth Purchasing 6 Office: 7 8 City of Fort Worth 9 Purchasing Division 10 1000 Throekmorton Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,January 17,2019,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: 17 18 Harmon Field Park—680 SF of 6' concrete walk/pad,266 LF of concrete mow edge,installation 19 of playground equipment,drainage and grading for the playground. Bid alternates include 20 installation of benches,installation of a pavilion with concrete pad and trash can receptacles. 21 22 Del aPa— 1660 SF of 6' concrete walk/pad, 307 LF of concrete mow edge,installation of 23 playground equipment,drainage and grading for the playground. Bid alternates include 24 installation of concrete walk, installation of a solar power security lighting,benches,picnic tables 25 and trash receptacles. 26 27 Forest(TillM)Park--615 SF of 6' concrete walk/pad, 146 LF of 14"concrete mow edge, 116 28 LF of 32"concrete mow edge, installation of playground equipment,drainage and grading for the 29 playground. Bid alternates include installation of concrete walk,picnic tables,benches and trash 30 receptacles. 31 32 PREQUALIFICATION 33 The improvements included in this project trrust be performed by a contractor who is pre- 34 qualified by the City at the time of bid opening.The procedures for qualification and pre- 35 qualification are outlined in the Section 00 21 13—INSTRUCTIONS TO BIDDERS. 36 37 DOCUMENT EXAMINATION AND PROCUREMENTS 38 The Bidding and Contract Documents may be examined or obtained on-Iine by visiting the City 39 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.goy/purchasinv,/and 40 clicking on the Buzzsaw Iink to the advertised project folders on the City's Buzzsaw site.The 41 Contract Documents may be downloaded,viewed, and printed by interested contractors and/or 42 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 43 Parties Form 1295 and the form must be submitted to the Project Manager before the 44 contract will be presented to the City Council. The form can be obtained at 45 httas://www.ethics.state.tx.us/tec/1295-Info.htm . 46 47 48 49 CITY OF FORT WORTH Playground Improvements-at 3 Park Sites: STANDARD CONSTRUMON SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 22,2016 0011 13-2 INVITATION TO BIDDERS Page 2 of 2 1 2 PREBID CONFERENCE 3 A prebid conference may be held as described in Section 00 21 13 -INSTRUCTIONS TO 4 BIDDERS at the following location,date,and time: 5 DATE: December 26, 2018 6 TIME: 10:00 am 7 PLACE: Park&Recreation Office, 8 4200 South Freeway, Ste. 2200 9 Fort Worth, Texas 76115 10 LOCATION: La Grand Plaza Mall, Southeast building, Conference Room#1 11 12 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 13 City reserves the right to waive irregularities and to accept or reject bids. 14 15 FUNDING 16 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 17 revenues generated from 2014 CIP Funds and dedicated by Resolution of the Park&Recreation 18 Department to the work under this INVITATION TO BIDDERS. 19 20 INQUIRIES 21 All inquiries relative to this procurement should be addressed to the following: 22 Attn: Carlos Gonzalez, City of Fort Worth 23 Email: carlos.gonzalez@fortworthtexas.gov 24 Phone: 817-392-5734 25 AND/OR 26 Attn.- Joel McElhany,City of Fort Worth 27 Email: joel.mcelhany@fortworthtexas.gov 28 Phone: 817-392-5745 29 30 ADVERTISEMENT DATES 31 V Advertisement December 13, 2018 32 2"4 Advertisement December 20, 2018 33 34 END OF SECTION CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised Deecmber 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1, Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 7 72 00 -GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person,firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm,partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or 27 misinterpretations resulting from the Bidders use of incomplete sets of Bidding 28 Documents. 29 30 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 31 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 32 for any other use. 33 34 3. Qualification of Bidders (Prime Contractors and Subcontractors) 35 36 3.1. All Bidders and their subcontractors are required to be prequalified for the work types 37 requiring qualification at the time of bidding. Bids received from contractors who are 38 not prequalified(even if inadvertently opened)shall not be considered. Qualification 39 requirement work types and documentation are as follows: 40 41 3.1.1. Demonstrate experience as either general or sub-contractor on a minimum of 42 three(3)projects similar in scope within the last three(3)years. 43 44 45 3.1.2. Provide Listing of surety company(s)which issued bonds for previous 46 projects identified as demonstrated experience. 47 48 3.1.3. Provide name of Surety Company to be used for this project. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 10 1 3.1.4. Provide a current financial statement as prepared by an independent Certified 2 Public Accountant. 3 3.1.5. Name and qualifications for the site superintendence of the work. 4 5 3.1.6. Identify at least 60% of work which is to be performed by the Prime Bidder 6 with its own organization and work crews under its superintendence. 7 8 3.1.7. All sub-contractors intended for use on this project shall also demonstrate 9 similar project scope experience(three similar projects in scope within last 10 three years)necessary to successfully perform their respective portion of work 11 on this project. 12 13 3.1.8. Submittal of Letters Of Intent for the use of specific subcontractors listed on 14 the Bidders Statement of Qualification form. The Prime Bidder shall submit 15 such Letters of Intent to the City no later than five(5)working days upon 16 being recognized as the overall qualified bidder by the City. Should the Prime 17 Bidder subsequently desire to substitute a subcontractor,the Prime Bidder 18 shall notify the Project Manager in writing along with Letter Of Intent and 19 experience qualifications for approval prior to commencement of construction. 20 21 22 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 23 seven (7)calendar days prior to Bid opening,the documentation identified in Section 24 00 45 11,BIDDERS QUALIFICATIONS. 25 26 3.2.1. Submission of and/or questions related to qualification should be addressed to the 27 City contact as provided in Paragraph 6.1. 28 29 30 3.3. The City reserves the right to require any qualified contractor who is the apparent low 31 bidder(s)for a project to submit such additional information as the City, in its sole 32 discretion may require, including but not limited to manpower and equipment records, 33 information about key personnel to be assigned to the project, and construction 34 schedule,to assist the City in evaluating and assessing the ability of the apparent low 35 bidder(s)to deliver a quality product and successfully complete projects for the amount 36 bid within the stipulated time frame. Based upon the City's assessment of the submitted 37 information,a recommendation regarding the award of a contract will be made to the 38 City Council. Failure to submit the additional information, if requested,may be 39 grounds for rejecting the apparent low bidder as non-responsive. Affected contractors 40 will be notified in writing of a recommendation to the City Council. 41 42 3.4. Additional requirements for qualification may be required within various sections of the 43 Contract Documents. 44 45 46 47 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 48 49 4.1. Before submitting a Bid, each Bidder shall: 50 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4,1.1, Examine and carefully study the Contract Documents and other related data 2 identified in the Bidding Documents(including "technical data" referred to in 3 Paragraph 4.2. below).No information given by City or any representative of the 4 City other than that contained in the Contract Documents and officially 5 promulgated addenda thereto, shall be binding upon the City. 6 7 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 8 site conditions that may affect cost, progress,performance or furnishing of the 9 Work. 10 11 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 12 progress,performance or furnishing of the Work. 13 14 15 4.1.4. Study all: (i)reports of explorations and tests of subsurface conditions at or 16 contiguous to the Site and all drawings of physical conditions relating to existing 17 surface or subsurface structures at the Site(except Underground Facilities)that 18 have been identified in the Contract Documents as containing reliable "technical 19 data" and(ii)reports and drawings of Hazardous Environmental Conditions, if any, 20 at the Site that have been identified in the Contract Documents as containing 21 reliable "technical data." 22 23 4.1.5. Be advised that the Contract Documents on file with the City shall constitute all of 24 the information which the City will furnish. All additional information and data 25 which the City will supply after promulgation of the formal Contract Documents 26 shall be issued in the form of written addenda and shall become part of the Contract 27 Documents just as though such addenda were actually written into the original 28 Contract Documents.No information given by the City other than that contained in 29 the Contract Documents and officially promulgated addenda thereto, shall be 30 binding upon the City. 31 32 4.1.6. Perform independent research, investigations,tests, borings, and such other means 33 as may be necessary to gain a complete knowledge of the conditions which will be 34 encountered during the construction of the project. On request, City may provide 35 each Bidder access to the site to conduct such examinations, investigations, 36 explorations,tests and studies as each Bidder deems necessary for submission of a 37 Bid. Bidder must fill all holes and clean up and restore the site to its former 38 conditions upon completion of such explorations, investigations, tests and studies. 39 40 4.1.7. Detennine the difficulties of the Work and all attending circumstances affecting the 41 cost of doing the Work,time required for its completion, and obtain all information 42 required to make a proposal. Bidders shall rely exclusively and solely upon their 43 own estimates, investigation,research,tests, explorations, and other data which are 44 necessary for full and complete information upon which the proposal is to be based. 45 It is understood that the submission of a proposal is prima-facie evidence that the 46 Bidder has made the investigation, examinations and tests herein required. Claims 47 for additional compensation due to variations between conditions actually 48 encountered in construction and as indicated in the Contract Documents will not be 49 allowed. 50 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.1.8. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification 8 of- 9 10 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 11 the site which have been utilized by City in preparation of the Contract Documents. 12 The logs of Soil Borings, if any, on the plans are for general information only. 13 Neither the City nor the Engineer guarantee that the data shown is representative of 14 conditions which actually exist. 15 16 4.2.2. those drawings of physical conditions in or relating to existing surface and 17 subsurface structures(except Underground Facilities)which are at or contiguous to 18 the site that have been utilized by City in preparation of the Contract Documents. 19 20 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 21 on request. Those reports and drawings may not be part of the Contract 22 Documents, but the "technical data" contained therein upon which Bidder is entitled 23 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 24 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 25 responsible for any interpretation or conclusion drawn from any "technical data" or 26 any other data, interpretations, opinions or information. 27 28 4.3, The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 29 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 30 exception the Bid is premised upon performing and furnishing the Work required by the 31 Contract Documents and applying the specific means,methods,techniques, sequences 32 or procedures of construction(if any)that may be shown or indicated or expressly 33 required by the Contract Documents, (iii)that Bidder has given City written notice of 34 all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 35 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 36 etc.,have not been resolved through the interpretations by City as described in 37 Paragraph 6., and (iv)that the Contract Documents are generally sufficient to indicate 38 and convey understanding of all terms and conditions for performing and furnishing the 39 Work, 40 41 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 42 biphenyls(PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 43 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 44 Documents. 45 46 5. Availability of Lands for Work,Etc. 47 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 1-3-5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5.1. The lands upon which the Work is to be performed, rights-of-way and easements for 2 access thereto and other lands designated for use by Contractor in performing the Work 3 are identified in the Contract Documents. All additional lands and access thereto 4 required for temporary construction facilities, construction equipment or storage of 5 materials and equipment to be incorporated in the Work are to be obtained and paid for 6 by Contractor. Easements for permanent structures or permanent changes in existing 7 facilities are to be obtained and paid for by City unless otherwise provided in the 8 Contract Documents. 9 10 5.2. Outstanding right-of-way, easements, and/or permits to be acquired by the City are 11 listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the 12 necessary right-of-way,easements, and/or permits are not obtained,the City reserves 13 the right to cancel the award of contract at any time before the Bidder begins any 14 construction work on the project. 15 16 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 17 way, easements, and/,or permits, and shall submit a schedule to the City of how 18 construction will proceed in the other areas of the project that do not require permits 19 and/or easements. 20 21 6. Interpretations and Addenda 22 23 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed 24 to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 25 received after this day may not be responded to. Interpretations or clarifications 26 considered necessary by City in response to such questions will be issued by Addenda 27 delivered to all parties recorded by City as having received the Bidding Documents. 28 Only questions answered by formal written Addenda will be binding. Oral and other 29 interpretations or clarifications will be without legal effect. 30 31 Address questions to: 32 33 City of Fort Worth 34 1000 Throckmorton Street 35 Fort Worth, TX 76102 36 Attn: Carlos Gonzalez, Park&Recreation Department 37 Fax: 817-392-5724 38 Email: Carlos.Gonzalez@fortworthtexas.gov 39 Phone: 817-392-5734 40 41 42 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 43 City. 44 45 6.3. Addenda or clarifications may be posted via Buzzsaw at 46 http://www.fortworthtexas.gov/purchasing. 47 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 13-6 1NSTRUCTIONS TO BIDDERS Page 6 of 10 1 6.4. A prebid conference may be held at the time and place indicated in the Advertisement 2 or INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of 11 five(5)percent of Bidder's maximum Bid price on form attached, issued by a surety 12 meeting the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of 15 Award have been satisfied. If the Successful Bidder fails to execute and deliver the 16 complete Agreement within 10 days after the Notice of Award, City may consider 17 Bidder to be in default,rescind the Notice of Award, and the Bid Bond of that Bidder 18 will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. 19 The Bid Bond of all other Bidders whom City believes to have a reasonable chance of 20 receiving the award will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which, or the dates by which, Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or-Equal" Items 32 The Contract, if awarded,will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or"or-equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 41 11. Subcontractors,Suppliers and Others 42 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 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- II 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 11.3. All playground equipment is pre-approved equipment with the exception of Forest 17 (Tillery) Park equipment. All remaining component structures are not subject for 18 substitution. 19 20 12. Bid Form 21 22 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 23 obtained from the City. 24 25 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 26 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 27 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 28 price item listed therein. In the case of optional alternatives,the words "No Bid," 29 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 30 written in ink in both words and numerals, for which the Bidder proposes to do the 31 work contemplated or furnish materials required. All prices shall be written legibly. 32 In case of discrepancy between price in written words and the price in written 33 numerals,the price in written words shall govern. 34 35 12.3. Bids by corporations shall be executed in the corporate name by the president or a 36 vice-president or other corporate officer accompanied by evidence of authority to 37 sign. The corporate seal shall be affixed. The corporate address and state of 38 incorporation shall be shown below the signature. 39 40 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 41 partner,whose title must appear under the signature accompanied by evidence of 42 authority to sign. The official address of the partnership shall be shown below the 43 signature. 44 45 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 46 member and accompanied by evidence of authority to sign. The state of formation of 47 the firm and the official address of the firm shall be shown. 48 49 12.6. Bids by individuals shall show the Bidder's name and official address. 50 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 2 indicated on the Bid Form. The official address of the joint venture shall be shown. 3 4 12.8. All names shall be typed or printed in ink below the signature. 5 6 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 7 which shall be filled in on the Bid Form. 8 9 12.10. Postal and e-mail addresses and telephone number for communications regarding the 10 Bid shall be shown. 11 12 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 13 Texas shall be provided in accordance with Section 00 43 37—Vendor Compliance 14 to State Law Non Resident Bidder. 15 16 13. Submission of Bids 17 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 18 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 19 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 20 envelope, marked with the City Project Number, Project title,the name and address of 21 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 22 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 23 envelope with the notation "BID ENCLOSED" on the face of it. 24 25 14. Modification and Withdrawal of Bids 26 27 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 28 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 29 must be made in writing by an appropriate document duly executed in the manner 30 that a Bid must be executed and delivered to the place where Bids are to be submitted 31 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 32 are opened and publicly read aloud,the Bids for which a withdrawal request has been 33 properly filed may, at the option of the City,be returned unopened. 34 35 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 36 time set for the closing of Bid receipt. 37 38 15. Opening of Bids 39 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 40 abstract of the amounts of the base Bids and major alternates(if any)will be made available 41 to Bidders after the opening of Bids. 42 43 16. Bids to Remain Subject to Acceptance 44 All Bids will remain subject to acceptance for the time period specified for Notice of Award 45 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 46 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 47 48 17. Evaluation of Bids and Award of Contract 49 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised August 21,2015 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 2 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 3 and to reject the Bid of any Bidder if City believes that it would not be in the best 4 interest of the Project to make an award to that Bidder,whether because the Bid is 5 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 6 meet any other pertinent standard or criteria established by City. City also reserves 7 the right to waive informalities not involving price,contract time or changes in the 8 Work with the Successful Bidder. Discrepancies between the multiplication of units 9 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 10 between the indicated sum of any column of figures and the correct sum thereof will 11 be resolved in favor of the correct sum. Discrepancies between words and figures 12 will be resolved in favor of the words. 13 14 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 15 among the Bidders, Bidder is an interested party to any litigation against City, 16 City or Bidder may have a claim against the other or be engaged in litigation, 17 Bidder is in arrears on any existing contract or has defaulted on a previous 18 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 19 Bidder has uncompleted work which in the judgment of the City will prevent or 20 hinder the prompt completion of additional work if awarded. 21 22 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers,and 23 other persons and organizations proposed for those portions of the Work as to which 24 the identity of Subcontractors, Suppliers, and other persons and organizations must 25 be submitted as provided in the Contract Documents or upon the request of the City. 26 City also may consider the operating costs, maintenance requirements, performance 27 data and guarantees of major items of materials and equipment proposed for 28 incorporation in the Work when such data is required to be submitted prior to the 29 Notice of Award. 30 31 17.3. City may conduct such investigations as City deems necessary to assist in the 32 evaluation of any Bid and to establish the responsibility, qualifications,and financial 33 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 34 organizations to perform and furnish the Work in accordance with the Contract 35 Documents to City's satisfaction within the prescribed time. 36 37 17.4. Contractor shall perform with his own organization,work of a value not less than 38 35% of the value embraced on the Contract, unless otherwise approved by the City. 39 40 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 41 responsive Bidder whose evaluation by City indicates that the award will be in the 42 best interests of the City. 43 44 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised August 21,2015 0021 13-10 INSTRUCTIONS TO BIDDERS Page 10 of 10 1 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 2 to be awarded, City will award the Contract within 90 days after the day of the Bid 3 opening unless extended in writing. No other act of City or others will constitute 4 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 5 the City. 6 7 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 8 9 18. Signing of Agreement 10 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 11 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 12 Contractor shall sign and deliver the required number of counterparts of the Agreement to 13 City with the required Bonds, Certificates of Insurance,and all other required documentation. 14 City shall thereafter deliver one fully signed counterpart to Contractor. 15 16 17 18 END OF SECTION CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&.101411 Revised August 21,2015 003513 Go FORK Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent(hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of interest Questionnaire(tbe attached CIQ Form) andfor a Locai Government Officer Conflicts Disclosure Statement(the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the appiicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/CIQ.odf http:/fwww.ethics.state.tx.us/forms/CIS.pdf CIQ Form does not apply ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary ® CIS Form does not apply ❑ CIS Form is on File with City Secretary 1-1 CIS Form is heina.-Provided.to.the City Secretary KIDDER: Henneberger Construction, Inc. By: Cynthia Henneberger 8928 Fairglen Drive Signature: Dallas, TX. 75231 Tine: .Pr_Psid_ent END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Form Revised 20171109 100&%,101410101411 COMFLICT M- l-IVTEMST QUES 1:I WH IM FORS For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.S. 23, 84th Leg., Regular Session. OFRCEUSEONLy-- This questionnaire is being filed in accordance.-with Chapter 176,Local Government Code,by a-vendor Idor who ,pate seceived, has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the ` vendor meets requirements under Section 176.006(a). By lava this-questionnaire must be filed,with ttie recprds.administrater,of the,imat.governmentat entity not later F than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A'vendor commits an offense if the vendor knowingly violates Section 176"006, Local Government Code.An offense under this section is a misdemeanor. t. . Name of vendor who:has,a businese<relationship mith local governmental entiityk euneberger Construction in, Check this box if you are filing an update to a previously filed questionnaire.(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became-aware that the originally-filed questionnaire was incomplete or,inaccurate.) 3 Name of focal government officer about whom the information is being disclosed. Name ofOfficer 41 Describe each employment or other business relationship with the local government officer,or a family member of the officer,.as described1by Sectional 76.DONa)(2)(A)..Also daseribe.artl,,:family re►ationship.with thelocat governnnentDtfiae.. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIQ as necessary. A.. ls-the.lacat government.officer or-a-family member-of.the.officer roneiving,.or.likely,to receive.taxable.income, other than investment income, from the vendor? D'Yes E jNo B. ls.themendor.receiving=or likely,to-.receive.taxabfe-income,other.than-investment income,.from.or:at the.direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? .0 Yes O No 5 Describe each employment or business relationship that the vendor named in Section 1.maintains with.a corporation or other business-entity..wittr.re.spect to-which:the:locat,government oWicer:serues..as:an:officer or direotor,-.ar-holds art-. ownership interest of one percent or more. 6 ElCheck this box ifthe vendor has given-the local government offleevor aAfarnily member of the officer one or more gifts as described in Section 176.003(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7` mAeA 61A-du— r'r 1/2©119 Signature-of,vendor doing-business�with-the kfernmental entity Date Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 COWFLICT OF INTEREST QUESTIONNAME For vendor doing business with local governmental ert ty A rgmplate copy of C:h;;pt€:r 17(,,it rha t.oi:al Government Code may be found at http,//wvrr w.statutes.legis:siate.tx.us/ S Qocs/LC_Pubtn'LG.176.htm.For easy reference,below are some of the sections cited on this form. ,Local Government..Code-s 476A01(1.a):'..usJiness relationship"means.a.connecti.on t etw.een,two.or:more-parties based on co nimprcial activity ul v i re u l tf ro pat tier„ The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal,state,or local governmental entity or an agvpcy iA a f[ul rrai,state,nr i=;J)fj.overnmental:entity; (B) a transaction conduoted at it price and subject to terms available to the public;or (C)_A purchase.or lease_ot goods or_servioes from a person.that is.chartered.l y a state or.federal..agency..and that is sui e-ot to regular examination'by,and reporting to,that agency. $ eve rare Cotes 176.003 r� 2 .A end'L (a) A focal government off icer shall file aconi'licts EHOS;osi,re 4la1Qmb«I with respect to a"vendot if: (2)'tfie vendor: (A) has an employment or other business relationship with the focal government officer or a family_memher,.of;thy .officer,that,results.in.themfficer:or.family:member,receiving• axabte income. olhor than Invi�stmenl income. that exceocW,$2.60D during the 12-month period preceding the date that km ofli; ar becomes aware that (i) c contra t between the formal goveram$nIal entity and vendor.has Wen executed; or (ij) _the local.:governmental-entity as_considerirg-entering,into,a.contract-with.the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts thaf:lravearraggregatevef e.ofmoretharf 100,irithe1-2-morltftpei"iod,pr e ngtliedatathe orf user beGD1 rtl36 aware I f rat: ,(j) a contract between the local governmental entity and vendor has been executed;or (1i) "the local government4l.ontity is c:uarsidering entering into a caritracf with the vendov. ;l,ocal.Government Codes.§=1,7'6,g1). - (aIfand!La-41 (a) A vendors hall Iilo a completed can flict of interest questionnaire If the vendor ttas a buGinuss relationship with a focal governmental entity and: (1) 1'i�s Etrl errlploymetit or otlberbusiness rc�letiC>¢�slii�r rFit17 a'l€sc�l govet:nrrterit-officer-of tlrat't€�ral governmental amity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2)-has g iven_a tacat_govern.me.nt officer-of-that localgovernm.ental.entity;or..a.family momber.of_the othoer,one or more gilts wlrh INe aggregate valtie specified by Section i 76.003(a)(2)(B).€+xtludJng Ally 9M de5crlbiA by Section 176.003(a-1);or (3) has a-tamliy relationahip with a iocal-govummr:rrt rail=of thni lartal govemmerr AI entity. (ai) ThrsCOMplc:ted cord Ik-,tol Interest rluvstlopipialfa.rnixsl be filed wifh"appropriale iacofds Fidministrator not later..than.the seventh business day after-the later.of: (1) the date float the vendor. (A) begins discussions or negotiations to enter into a contract with the local governmental -entity;:dr (B) submits to the local governmental entity an application,response to a req nest for proposals or bids, correspondence, or another writing related to a potential contract with the local -governrnent4 entity;or (2) the date the vendor becomes aware: (A) ;.of-,an.,.emplcxy►rent.or_Qther�business:.relationshjp"..with,:a:loc-al,..gavBrntnent-offir�r,_or,a family i-ne mber of the officer,doscd)ed by Subsection(a}; (B) that the vendor has given one or more gifts described by Subsection(a);or (�).rat=a�€at33ily�tatit�n:tlaiprutirlth�-Irk#-<,�vert3rrr�ant-ctff'rcer_ Form provided by TexasEthics Commission WWW.ethtcs_stateAx.us Revised 11MG12015 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 13U6h1 TO: The Purchasing Manager c/o: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: Playground Improvements Harmon Field, Delag Park, Forest(Tillery) Park City-P'roibrct-Nb-: 190%0 I�914•' U�&I01411- Units/Sections: UNIT 1 BASE BID ITEM- HARMON FIELD PARK UNIT 2 BASE BID ITEM-DELGA PARK UNIT 3 BASE BID ITEM-FOREST(TILLERY) PARK UNIT 1 ALTERNATE BID ITEMS- HARMON FIELD PARK UNIT 2 ALTERNATE BID ITEMS- DELGA PARK UNIT 3 ALTERNATE BID ITEMS- FOREST (TILLERY) PARK UN74-ALTERNA'I`I=BID'ITEM9 CHANS'E-OROEWALL[7-WANCE 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. "frauslul.ent practice"means an intentional misrepresentatlon_of_facts-made-(a)to_influence-the- biddiing process to the detriment of City (b)to cstablistI Sid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites; Form Revised 20150521 100896,101410 101411 0041 00 BID FORM Page 2 of 3 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. 3' l quafifreat1bn= The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Site clearing and demolition with minimum site disturbance b. Concrete paving c. Installation of playground &site furniture d. Site grading d. Installation of site lighting 4. Yime of Completion 4.1. The Work will be complete for Final Acceptance within 120 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones}within the times specified in the Agreement. 5. Attached to this Bid TTWfbif"ing—ducurnent�are"atta—cHert6°.aTrd�mwe°a-p-aWof'tlliTsI a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. e. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Lave Non Resident Bidder, Section 00 43 37 e. MWBE Farms (optional at time of bid) f. Qualification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, C3Q.-or.CJS.fccros.are,to be prrwjded-dir-e- tty_=to C.ity,S.ercretary_. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Form Revised 2015OB21 100896,101410 101411 W41 GG 1171F.C.711M.I. Page 3 of 3 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-plesse-enter-the total bid-amaunt.for.this.project...Only,this-figurEwill-be-read..public.lv.b-v-the-Cjtv-at-the_ • X_- -d k, F -1 f-1 km.'—''I M— r verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities Asinn,hown in tr 6.3. Evaluation of Alternate Bid Items <use this if applicable,otherwise delete> Total Base Bid Alternate Bid t0j L40o t35,54 8 Total Bid 7. Bid Submittal This Bid is submitted- on- January 17, 2019 by the entity named below. Respectfully submitte," Receipt is acknowledged of the Initial following Addenda: AddertMrn,No, 1: (Signature) Addendum No.2- Cynthia-Henneberger- jAddendum No.4:- (Printed Name) Title: President Company: 'Henneberger GonMruction, Inc. Corporate Seal: Address. 8928 Fairglen Drive I)allas,.TX-7523-1 Ernail-,: ynthiaMhenneberger.biz Phone: 214-341-2562 CITY OF FORT WORTH STANDARD CON-TRUCTIONS>PECIMATION DOCUMENTS 1111crMu"M"at I pw '!Ilkm Form Revised 2015Mi 1008%,101410101411 00 42 43 AID PROPOSAL page I ar4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE U10 "iddor's A�; r:cia 6m1 Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No Description Section No. Measure Quantity Unit Price Bid Value BASE BIDS 'ffl MIWAUE�BfUrirM=irAitivONTTEL-D'P'ARK 1-01 Project Sign 01 58 13 EA 1 611 e I& 1-02 Demo(See Page 3 of 14) 0241 13 LS 1 (� 1-03 5"Concrete Walk and Playground Entrance(See Page 4 32 13 13 SF 680 of 14) 15,O 1?, 1-04 14"Concrete Plaground Containment Edge(Mow Strip) 321313 LF 266 (See Page 4 of 14) 1l1 83I. l5 .1-05 . 42 Decorative.Fencing...(See-Page 4,of.14) 32 13-13 LF .85 1-06 ADA Playground Ramp(See Page 4 of 14) 321313 EA 1 0 1-07 Playground Equipment(See Page 5 of 14) 11 68 13 LS 1 1-08 Playground Surfacing(Engineered Wood Fibar)(See 11 68 13 SF 4780 Page 4 of 14) IMF . 1-09 Proposed Drainage System(See Page 4 of 14) 11 6813 LS 1 1-10 Site Erosion Control 1 Tree Protection(See Page 4 of 14) 01 5713 LS 1 5`93.90 M-T., Jf e G ong( ye of=14) 31 J0 t30 ;LE 1 p �] Grass Establishment(See Page 4 of 14) 329219 LS 1 p�}� UNIT 1 HARMON FIELD PARK BASE BID TOTAL J7/ 3Q(o 5 UNIT 2 BASE BID ITEM-DELGA PARK !!LL 2-01 Prolect Sign V 1 50 1 J 2-'02 Demo(See Page-3 6f'14) U2 41`13 `LS t ll1 010 3L 2-03 5"Concrete Walk and Playground Entrance(See Page 6 321313 SF 1660 of 14) tzI".5. 2-04 14"Concrete Plaground Containment Edge(Mow Strip) 321313 LF 307 (See Page 6 of 14) 2-05 JADA Playground Ramp(See Page 6 of 14) 321313 EA 1 1 2-06 Playground Equipment(See Page 7 of 14) 11 6813 EA 1 05 2-07 Playground Surfacing(Engineered Wood Fibar)(See 116813 SF 5580 P4ge_6_of:14) 2-08 Proposed Drainage System(See Page 6 of 14) 01 57 13 LS 1 ,SS 2-09 Site Erosion Control I Tree Protection(See Page 4 of 14) 31 0000 LS 1 2-10 Site Mass Grading(See Page 6 of 14) 32 92 19 LS 1 2-1_11 Grass Establishment(See Page 6 of 14) 329219 LS 1 '1, 094-.gl. UNIT 2 DELGA PART(BASE BID TOTAL CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNM'M Plsygra nd Improvements at 3 Park Sites: Farm Revised2Adl2d1120 100896,101410 101411 00 42 43 HAD PROPOSAL Page 2 d4 SECTION 00 42 43 PROPOSALFORM Project Item Information Bidder's Proposal Bidlist Item Specification Unit of Bid No_ Description Section No. Measure Quantity Unit Price Bid Value UNIT 3 BASE BID ITEM-FOREST(TILLERY)PARK `3;,01 1 Projett'-Sign O i is i=� ° `Ei4 "1 3-02 Demo(See Page 3 of 14) 0241 13 LS 1 3-03 5"Concrete Walk and Playground Entrance(See Page 8 32 13 13 SI= 615 of 14) 3-04 14"Concrete Plaground Containment Edge(Mow Strip) 321313 LF 146 �t�93• (See Page 8 of 14) 3-05 32"Concrete Plaground Containment Edge(Mow Strip) 321313 LF 116 b (See Page 8 of 14) /j ,.3-.06 - 6"-Goncrete-Gurb.-Edge,(See P--a—qe_8:.of:14) 121313 —LF -41 4661S4 3-07 ADA Playground Ramp(See Page 8 of 14) 321313 EA 1 ?41T.00 3-08 Playground Equipment(See Page 9 of 14) 321313 EA 1 /p ro 3-09 Proposed Parkign Lot Stripping&Installation of HC pole 32 13 13 LS 1 WIVan Accessable Sign(See Page 8 of 14) 73/0• -10 3-10 Playground Surfacing(Engineered Wood Fibar)(See 32 13 13 SF 5265 S) r Page 8 of 14) /6/ , 3-11 Proposed Drainage System(See Page 8 of 14) Ill 6813 1 LS 1 1 7 3-12 Site Erosion Control I Tree Protection(See Page 8 of 14) 1321313 1 LS 1 3-13 Site Mass Grading(See Page 8 of 14) 116813 LS 1 / 467.c' 3-14 Grass Establishment(See Page 8 of 14) 015713 LS 1 S 6, UNIT 3 FOREST(TILLERY)PARK BASE BID IOTA A,LTLRNA►TE BIDS UNIT 1 ALTERNATE BID ITEMS-HARMON FIELD PARK 1-01 6'Bench(See Page 4 ofof 14) 12 93 0l7 EA 3 .2>7 1-02 Trash Receptacles(See Page 4 of 14) 12 93 00 EA 1 p 'J15 1-03 947 SF OF Concrete Shelter Pad(To include pad, 321313 LS 1 column footing and shelter footing)(See Page 13 of 14) 1-04 JPurchase&Installation of Poligon Shelter(See Page 13 LS 1 f:14) CV,V"A 1-05 Purchase&Installation One HC 8'Table&Two 6'Tables 12 93 00 LS 1 See Pa e13of14 3/' 6.?t 1-06 One Trash Receptacles&One Recycle Trash 12 93 00 LS 1 DS Receptacle(See Page 4 of 14) / �• UNIT 1 ALTERNATE BID ITEM HARMON FIELD PARK TOTAL CITY OF FORT WORTH STANDARD UONSTRUCTFON SPECIFICXVtON DOCUMENTS Playgroand lmpmve mts at 3 Park Sites: Form Reyhsed2W20129 100896,101410 101411 ~ 00 42 43 BID PROPOSAL Page 3 of 4 SECTION 00 42 43 PROPOSALFORM UNIT PRIM BID Biddor's Application Project Ite111 information Biddees Proposal I3idlist Item specification Lini€of BidUnit Price Bid Value Description Section No. Measure Quantity No. UNIT 2 ALTERNATE BID ITEMS-DELGA PARK 2-01 6'Bench(See Page 6 of 14) 12 93 00 EA 2 S?2.8a 2-02 One`trash Receptacles 9 +1ne Recycle Trash 120300 LS Receptacle(See Page 6 of 14) 2--OT 69D-SF`0Y5"Gbmrete Wbtk/Fad Vltf'Gnc G"CfVV 1TenCIi 3 `13 13 LS 1 &One 8'HC Table(See Page 6 of 14) 2-04 485 SF OF 5"Concrete Walk/Pad R One 6'CFW Bench 32 13 13 LS 1 &One Trash Receptacle&One Recycle Trash Receptacle(See Page 6 of 14) 2-05 5"Concrete Walk(See Page 6 of 14) 32 13 13 SF 310 Bs. 2-06 Remove Existing Tables&Install One 8"HC Table& 12 93 00 LS 1 One 6'Picnic Table(See Page 6 of 14) "� 2-07 Fkfret�sa 4-1 ¢�taN i€ie 1 �S Ie=Pouvur 5 uri l i ttut;= 5 - } lam 1 (Light fixture,pole,controls,suports,excavation, concrete&general requirements)(See Page 14 of 14) UNIT 1 ALTERNATE BID ITEM DELGA PARCH TOTAL 12 9 UNIT 3 ALTERNATE BID ITEMS-FOREST(TILLERY)PARK 3-01 G'Bench(See Page 8 of 14) 12 93 00 EA 2 72.It 3-02 One Trash Receptacles&One Recycle Trash 12 93 00 LS 1 Receptacle(See Page 8 of 14) l'�, 3-03 236 SF OF 5"Concrete Pad WI Two 6'CFW Bench(See 32 13 13 LS 1 Page 8 of 14) 3-04 290 SF OF 5"Concrete Pad WI One 8'HC Table(See 321313 LS 1 Page 8 of 14) ?j $70` 3-05- .5-"CDnc ete-Walk.(S�Page_8 of_44),_ 21313_ SF 760.. 971. 3-06 Remove Existing Tables&Install One 6' Picnic Table 01 57 13 LS 1 (See Page 8 of 14) 3-07 One Trash Receptacles&One Recycle Trash 12 93 00 LS 1 Receptacle(See Page 8 of 14) 1 12�prjZ, f 3-08 Purchase&Installation of Playground Equipment 1321313 3-09 Purchase&installation of Playground Equipment 321313 EA 1 2 61t. UNIT 3 ALTERNATE BID ITEM FOREST(TILLERY)PARK TOTAL 62. 1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground]Et3Pro1008916,10 Z 10 1 Sites: FormRevised2012012ti i00896,10141010i411 00 42 43 BrP PROPOSAL Page 4 or4 SECTION 00 42 43 PROPOSAI-PQR—7 UNIT PRICE BID BMWs AppIIration Project item Information Bidder's Proposal Bidlist Item specification Unit of Bid tE�"lpad!i4H� - - r Z(tk}e�'14tt• tlt _Vd7.EFPst' : Nb: �5-eciian-No. = Iv'Eensure �Qirarltity UNIT 4 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE 4-01 1 Harmon Field Park Change Order Allowance NA LS 1 $1,000.00 $1,000.00 4-02 Harmon Field Park Change Order Allowance NA LS 1 $2 500.00 $2,500.00 4-03 Harmon Field Park Change Order Allowance NA LS 1 $5,000.00 $5,000.00 4-04 Harmon Field Park Change Order Allowance NA LS 1 $7,500.00 $7,500.00 4-05 Delga Park Change Order Allowance NA LS 1 $1,000.00 $1,000.00 470£L PBkg Park Changp-Order.Allawance- NA. I, Ls- 1 $2,5QQ;QQ $2,50"D ; 4-07 Delga Park Change Order Allowance NA LS 1 $5,000.00 $5,000.00 4-08 Delga Park Change Order Allowance NA LS 1 $7,500.00 $7,500.00 4-09 Forest(Tillery) Park Change Order Allowance NA LS 1 $1,000.00 $1,000.00 4-10 Forest(Tillery)Park Change Order Allowance NA LS 1 $2,500.00 $b'2,500.00 4-11 1 Forest(Tillery)Park Change Order Allowance NA LS 1 $5,000.001 $5,000.00 4-12 Forest{Tillery}Park Change Order Allowance NA LS 1 $7,500.0Q $7,500.00 UNIT 4 ALTERNATE BID ITEM CHANGE ORDER ALLOWANCE TOTALI $48,000.00 BID SUMMARY BASE BIDS UNIT 1 BASE BID ITEM-HARMON FIELD PARK , UNIT 2 BASE BID ITEM-DELGA PARK UNIT 3'BASE BID ITEM-FOREST(TILLERY)PARK BASE BIDS TOTAL u ALTERNATE BIDS UNIT 1 ALTERNATE BID ITEMS-HARMON FIELD PARK UNIT 2 ALTERNATE BID ITEMS-DELGA PARK UNIT 3 ALTERNATE BID ITEMS-FOREST(TILLERY)PARK AZ,1 UNIT 4 ALTERNATE BID ITEMS CHANGE ODDER ALLOWANCE 4&,Q00.00 ALTERNATIVES TOTALBASE+ALTERNATE BIDS KAXAAD" UNIT 1 BASE+ALTERNATE BID ITEMS-7#✓ EM=PARK 2`"I UNIT 2 BASE+ALTERNATE BID ITEMS-DELGA PARK 2 l a UNIT 3 BASE+ALTERNATE BID ITEMS-FOREST(TILLERY)PAIN{ as UNIT 4 ALTERNATE BID ITEMS-CHANGE ORDER ALLOWANCE, $48,000.00 BASE Y ALTERNATIVES TOTAL lied END OF SECTION n CITY OF FORT WORTH STANDAIW CONSTRUCTION SPHCIFICATION➢OCIIIe PM PtxygeOUM lmrxotCRIK ks al 3 Park Sites: Form Revised 20120120 100896,101410 101411 OKLAHOMA SURETY COMPANY P. ®. Box 1409 TULSA, OKLAHOMA 74101 BID BOND KNOW ALL MEN BY THESE PRESENTS:That We, Henneberger Construction 8928 Fairglen Dr.,Dallas,TX 75231 as Principal,and the OKLAHOMA SURETY COMPANY,a corporation organized and existing under the laws of the State of Ohio, and authorized to do business in the State of Ohio as Surety are held and firmly bound unto the City of Fort Worth Fort Worth,TX as Obligee, In the amount of FIVE PERCENT OF GREATEST AMOUNT BID(5%G.A.B.) DOLLARS, lawful money of the United States of America,to the payment of which sum of money well and truly to be made,the said Principal and Surely bind themselves, and each of their heirs,executors,administrators,successors and assigns,jointly and severally,by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that,if the Obligee shall make an award to the principal for. Playground Improvements at Harmon Field,Delga,and Forest/Tillery Fort Worth,TX Bid#100896 according to the terms of the proposal or bid made by the Principal therefor,and the Principal shall duty make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof,with the OKLAHOMA SURETY COMPANY as Surety or with other Surety or Sureties approved by the Obligee;or if the Principal shall,in case of failure so to do,pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void;otherwise it shall be and remain in full force and effect. Signed,sealed and dated this 17th day of January 2019 Henneberger Construction Principal BY (Seal) Witness C3KP-AHOMA S ETX CC31RAR^N)r B"A& (Seal) / Brent M.Blon an Attomeyan-fact OKLAHOMA SURETY COMPANY 1437 SOUTH BOULDER, SUITE 200 - TULSA, OKLAHOMA 74119 • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the OKLAHOMA SURETY COMPANY ,a corporation organized and exfstkwp under and by virtue of the laws pf the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below, each Individually it more than one is named,its true and lawfuf attorney-in-fact,for it and in its name,place and stead to rrx0QVte on#etlalt Of the Bald COMPany, as surety, any and all bonds,undertakings and contracts of suretyship,or other written obligations In the nature thereof Brent M. Blonirg.an, Rob Dreiling, Debbie Palmer and Kara Pierce all of RICHARDSON,TX IN WITNE.S5;WHEREOF,the OKLAHOMA SURETY COMPANY has caused these presents to W signed and attested by its appropriate offices and V poTorate sea]hereuntu atfixed this 19 clay of November 2018 OF nh $fa✓~ k 5�l.1'i'% r L•% ..' .4 OKLAHOMA SURETY COMPANY ATTEST: ••fxrrrr# t � SHARON H CKL`7` Secretary TODD EAZATA� VICE PRI;sIl71= 1T On this 19 day of November 2018 before me personally appeared TODD BAZATA to me known, hefng duly sworn,deposes and says that s/he resides in Broken Arrow,Oklahoma,that s/he is a Vice President of Oklahoma Surety Corriparny, the oornpany described in and which executed the above instrument;that s/he knows the seal of the said Company;that the seal affixed to the yard fnstroment Is such corporate sea[;that it was so affixed by authority of her/his office under the fay-Laws of said Company,and that s/he signed his name thereto by like authority. '"�.... Commission# 11008253 STATE OF OKLAHOMA My C ion expires: 0 08-10 COUNTY OF TLfLSAt l61-�4. 4 . JUUE AL HAN Notary Rubtic This Power of,attorney is granted by authority,of the following resolutions adopted lay Itre$oaf tl of 01rectars ar owarloma Surety Company py unanlmous written consent dated September ?S, 2009. RESOLVED, That the President,the Executive Vice President,The several Senior Vice Presidents and Vice Presidents or any one orihenl, be and hereby Is authorlred,from time to time,to appalnt one of more Attorneys-fin-f act to execute on behalt of the Company, as surety, any and all honds,undertakings and Contracts of suretyship,or other written abl]gat[ons in the nature thereof;to prescribe their respective duties and the respeetive limiis Gf their authority, and to revoke any such appointment at any fine_ RESOLVED FURTHER, That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facs[rrlile to any power of attorney or certikBI!e ref either given for the execution of any pond,undertaking, contract of suretyship.or other wrriften obligation in the nature thereof, such signature and sear when sa used being hereby adopted by the Company as i he original signature of suoh uffl¢er and the originaf seal of the Company,to be valid and binding upon the Company with the same fake and effect as though mallually affixed CERTIFICATION lF SHARON HAOKL_ Secretary of Oklahoma Surety Company,do hereby Dertlfy thttl tiro foregoing Power of Attorney and the Resolutfana of the Board of DIrectors of September 25,200g heue not teen revolted and are ow Jn full fares and effect_ 1traAeY.ertf Signed and sealed this EMhy D - 19 SHARON HACKL Secre#ark+ #+r.oij+gal V00 IF BOX IS EMPTY Hennebargpr Construction,.Inc. 9928 Fairglen Dr. .Dallas TX 75231 Mbbilb: 214--769-7124" rN&I dhenneberger@ mac.com www.henneberger.biz Gusioinvr Carlos.Gonzales_ . tote City of Fort Worth Parks Dept Job Name Harrison, Delga, Forest/Tillery Park... Job Site Job Number 19117 Forest/Tiillery-Park Issue Date January 11, 2019- 2200'Rockridge Terrace Valid Until February 10, 2019 Fort Worth Texas 76110 I#ant Quantity Unit Pric.0 Arnourit Base Bid - Harmon Field $171. 06.52 1.41 Project Sign S617.40 Project sign 1 Fa $617.401 Ea Material $441.O I Ea. Labor $176:401 Ea Plywood project sign, 4x4 -I-02 Demollilort 13onds 1-Ea $75;78u.uui E a Subcontract $3,780.00!Ea Performance&Payment Texas 811 Excavation Safety 1 Ea $63.00/Ea Labor $63.001 Ea Mobilization 1 Ea $630.001 Ea Other $630.001 Ea Equipment move-in and out Temporary toilet 4 mo $189.00/mo Subcontract $189,00/mo tncl delivery_&pick up Demo concrete-pavement-or sidewalk 80 SF $1.771 SE Labor $0.83!SF Equipment $0.94!SF Saw panels and haul Haul broken concrete debris to recycler 1 Ea $318.78/Ea Harmon,Delga, ForestlTllery Park Playgrounds,2200 Rockridge Terrace t EstI E ate Januaiy 11.,2019 Item Quantity UnIt Price Amount ,L—abor _$41.58/_Ea Other $37.80.f Ea Subcontract $239.40/Ea 10 CY dump truck,at 90 minutes per RIT. Load trucks 1-03 Concrete Sidewalk & Entrance $6,012.28 °vu�ir�c:[-��v�9lvia�=�ae�.3�rwc� °iiuv - =�v� •r�r Labor '0.441 SF Scarify, wafer and roll Material $4.25/SF Labor $2.27 1 SF Other $0.25/SF Park sidewalk paving 1.04 Concrete Playground Edge $1i,t�3i.15 -Ca Crete playground,border -266 LF -$44.48 f Li= Material $19.28/LF Labor 122:05 I LF Other $3.15/LF 12*44"firmed.concrete curved_order�with4,44.barscontinuous 1-05 Decorative Metal Fencing $4,21B.33 Concrete wheelchair ramp 1 En T-945.00I Ea Labor -$'378-,UO'.Ea Other 89.00 I Ea �arrifl'tr7•�iagcs7 vt�rr _Fence.po t%%et-in_i=crete 11-Ea BOOM / Ea �naierrai �ZV+:rYf to $44_10 1 Ea 2x2x6`11 ga black -fence panels, metal,3/4" pickets,black 11 Ea $214.20 f Ea Material $170.10/Ea Labor $44.10/Ea 6'high x 6`with Xkgh wire mesh at bottom I-06 ADA Playground Ramp 94h 00 C:oaarcret wnudm►ah raamp "1=tea . 94�:ti0 a Material $378.00/Ea Other $189.00/Ea Harmon,-Delga,.F.or_est/Tillery Park Playgrounds,22Q0 Rnckridge Terrace -2 Lsti mate January 11, 2019 Item Quantity Unit Price Amount 1-07 Playground Equipment $105,067.06 P-1byground--Etlulornent Cost 1 a 591 Material $91,963.05 1 Ea Equipment cost including freight Material $1-260.00 1 LS Labor. $11 v 025-G.01 lJ% Unload,layout, and install equipment including concrete for posts(generally 25%of equipment cost) 1.08 Playground Suirfacing $14.837.42 ftyground-Shlbty surfAciiig. 4;7WSF $7.49'/'ST- 'Material $2.02 1 SF Labor $0.37 1 SF Other $0,10 1 SF Drainage filter layer 1,300 Sy $2.27 SY Labor $0.88 1 SY 1-09 Drainage Systems S0,!nh1_92 Import and spread gravel drainage-rock 60 CY $67.201 CY Labor $2.94 ICY Other $7-56 1 CY 1-112"washed rock in tandem trucks Drainage system,perforated pipe 100 LF $29.14/LF Material $12.98 1 LF Labor $1.3.89 I LF Other $2.27 1 LF 4'pvc-pTpL-irrf#,�-sucK-irrTz";g,aveT Trenmrmf -1,vrV nraJnaae_sv_-Aem._s,olId_oiDe_ 100-Lf $16-131 LIF Maloval, $1-bW11_:F Labor $9,45/LF 41'solid pvc,including trenching and backfill 1-10 Sl to Protection- Erosion & Tree Fence $1j593.90 Material $1.26 1 LF Labor $2.27 1 LF 9"round straw wattles Temporary fencing 450 LF $1.98 LF Material $0.38 LF Harmon,Delga, Forest/Tillery Park Playgrounds,2200 Rockridge Terrace 3 E tI mate January I1., 9 Rnrn Quantity Unit Price lkfnt��iix1 Labor 4.1-.47f LF Equipment $0.13/LF 4'plastic,Incl.removal 1-11 Site mass Croding Layout i Ea $1,411.20I F-a Labor $1,411,20/Ea $at line and grade from adjaoeW,benchmarks Labor $8.821 CY Other $7.56/CY 'General-excavation'and gradrng Grading,compact traclk iibader so elf .0 Z601 CY Labor $6.30/CY Other $6 34 7CY Grade swale Grading, compact track loader ^,nnp SF $0.1-3/SF Omer $0.081 SF Spread piles]sail on site Haul off excess soil ISO CY $28.66/CY Labor $2.20/CY Other $3.781 CY Subcontract $22,Q8 l CY -Giiv:1.#rut.k�nd,laajAnff 1-12 Grass Estabflshrnent -S ing"'nyc"muldh - ;oOO-5P eta.".T5F S,-I..contract !.;0.14/SF Material 1;4.03/SY On level,prepared soil. Boll and water. Site clean up 1 Ea $656.461 Ea Labor $498.96/Ea Other $157.50/Ea Cost per load of waste hatrl Base Sind - Delp Nark $162.223.B2 2-01 Project Sign $617.40 Material $441.00 I Fa Plywrrad prafectsign, 4x4 'Harmon,"Delga,`ForeStM[iery`Paek"Playgrounds;22WRo kridge Terrace 4 Estimate January 11., 2019 Hein Quantity Unit Price Arrowool 2-02 Demalltlan :t 11.070.J6 Bonds I-Ea $3-, 0 w1—a Subcontract $3,780.00/Ea Texas 811 Excavation Safety i Ea $63.001 Ea Labor $63.00/Ea Contractor Responsibility Mobilization 1 Ea $630.001 Ea Other $630.001 Fa Equipment move-in and out Temporary toilet 4-mo $189.001 mo Subcontract $1.89e00 1 M0 Incl delivery&pick up Demo play equipment and haul debris 1 LS $2,368.80/LS Labor $1,764.001 LS Other $878.00 f L5 Subcontract $226,80 i LS Demo concrete pavement or sidewalk 1,000 SF $2.83/SF Labor $0.88/SF Other $0.941 SF Subcontract $1.01 /SF Saw panels and haul Haul broken concrete debris to recy_cler 2 Ea $318.781 Ea - L'ciJClr° 'r47:--rG"1'�4' Other $37.80/Ea 10 CYdump truck, at 90 minutes per R/T Load trucks -03 Concrete Walk ind Entranco $12,863.34 Compact sidbwalk subgrade 1-5 6W S' 90.61—V SF Labor $0.44/SF Other $0.15/SF Scarify, water and roll Material $p426/SF Other $0.251 SF Park.sidewaik paying. 2-04 Concrrete Playground fudge $13,654.74 Concrete playground border 307 LF $44.48/LF Material $19.28/LF Harmon,Delga, Fort:alffillery Bark Playgrounds,2200 Rockritlge Terrace 5 Estimate January 11,2019 Rpm Qual)itiy Unit Price Amokint Labor V2..05 l LF Other $3:15!LF f.2'x14"formed-concrete.curved border with 4#4 bars continuous 2-05 ABA Playground Ramp $945.00 Concrete wheelchair ramp 1 Fa $945 00 Ea Material $378.001 Ea Labor $378:00/Ea Other $189,00 I Ea .Ramp-to playground 2L-06 IPlaygrowid-Equipment $105,D57.06 Play round Equipment Cost 1 Ea 913963_051 Ea Equipment cost including freight -Playgrourrd-equgnmM it k un 1 EL's iu F U99_ S Material $1,260.00 1 LS Other $819,00/LS Unload,layout, and install equipment including concrete for posts(generally 25%of equipment cost) 2.07 Playground Surfacing $16,827.24 'Play-rcuntrs-dfety Surfacing -b-'5t3u' 4-$2.AW Material $2.02 1 SF Otter $.0.1.0 1 SF Drainage(liter layer 1,300 SY $2.27/SY Material $1.39{SY Labor $0.88 l SY Non-woven fabric,per layer 2-08 Drainage Systems 7,� 8 `lmpoft-arid-spread-..gravel itrai wge-roft "t'WCY "$$W 2wmay h�xskeril $56.701 CY Other $7-561 CY DmInege system, perforated pipe 100 LF $29.14 f LF Matm'at $12.98 1 LF Labor $13.891 LF Other $2.271 LF 4"pvc pipe in filter sock in 12"gravel trench with filter lining Drainage system,solid pipe 22 LF $17.701 LF Labor $11.02{LF Harmon,Delga, Forestffillery Park Playgrounds,2200 Rock ridge Terrace 6 Lstimate January 11,2019 Quantity Unit Price Amooni Other $5:04-/LF 4"solid pvc,including trenching and backfill 2-09 Sits*P rotectlan- Eno slon & Tree Peace S1,5W.60 E-rosibn contkol-,vvattl6s 20"AUT 1:F $-3-.5T/IF Material $1.26/LF Labor $2,27/LF 9"round straw waffles Material $0.38 1 LF Labor. SIAT/114 Equipment' $Fj.iT/-LF 4'plasfic,incl. removal 2.10 Site Mass Grad IT39 Layout 1 Ea $1,411.20/Ea Labor $1,411.20 1 Ea Wont Earthwork 180 CY $16.38 1 CY Labor $8.82/CY Other $7.56/CY General excavation and grading Grading,compact track toady 3.0 Cy $112M I CY Other $6.30 Cy Grade swale Grading,compact track loader 2,000 SF $0.13 SF Labor $0.05 SF Other $0.081 SF Spread piled toil on site Labor $2.20 CY q�7.q C-,y. Subcontract $.22.68 GY Load truck,and haul off 2-11 Grass Eslablishment ',T 12.8 F) Seeding, hy&ornuR:h 2,U-VU-5I-- VD.i4T9F Subcantracl $0.14 1 SF Sod,_Bermuda,placed by hand 200 SY $5.79/SY itidtcrrdP Labor $1.76 SY On level,prepared soil. Rolland water. Site clean up I E& $656.46 Ea- Labor $498.96 Ea Harmon, Delga, Forest/1-illery Park Playgrounds,2200 Rockridge Terrace 7 j1Ytc`� January 11,2019 Item Quantity Unit Price Amount Other `$1:57.50./:Ea Cost per load of waste haul Basra Sid - Fore91/Tillery Park 159,05 -87 3-0-1 Project Sign $617.40 project-sign :1S. a 16i-74.01-2a .Material $441-00/Ea Labor $176.40/Ea Plywood project sign,44 3-02 Uamollfiuri $9,638.86 Subcontract $3,780.00 FEa performance-& P'qyyment Texas 811 Excavation Safety 1 {Ea $63.001 Ea -.,,?bcr - Q0/Ea Contractor Responsibility Mobilization 1 Ea $630.00 C Ea Other $630.00/Ea Equipment move-in and out Temporary toilet 4 mo $1.89.001 mo Subcontract $189.00 1 mo UOU tfeiveryy` PICA-up Demo play equiprrmnt aiid haul detxis 1 LS $2, .80!LS Labor $1,764.00/LS Other $378-00/LS Subcontract $226.80/LS R.ernove playground structures faa�n�s- naict�{ .t�.�Isil7�ntor- cir,ranJl - rat' f-SF Labor $0.88/SF Other $0.941 SF Subcontract $1.01 1 SF Saw panels and haul Haul brokers concrete debris to recycler 2 Ea $310.28/Ea Labor $33.081 Ea Other $37.801 Ea 10 CYdump truck, at go minutes per RIT Load trucks 3-0 Concrefe Walk and Entrance $4,765-63 Compact sidewalk subglrade 015-SF `$O:a3/Sid Labor $0.44/5F Other "$tT:`-1& SF mHarmon.,Del.ga,Forester{lacy Park Playgrounds,2200 RockrirJgeTerrace W-kil Quantity U1,11t.Price A,yyouPi Scarily.water and roil Concrete sidewalk,6",#3@18" 615 5F $7.16 f SF Material $,1.26-./SF Latior- - - .. Other $0..25 I SF 3-04-PIayground Edge, -14 $6,493,79 Concrete playground border 146 LF $44.48 J LF Material: $1-9.28 J' F Labor $22.05 f LF Other. $3,151 LF 12'5r14"formed concrete curved border with 4 04 bars continuous -05 Pinyground Edge, 32" ti 19,687.75 C.onerate.:playground-bor.der- 116:LF $169.72-l-Ll Material $54.43/LF Labor $110.251 LF Other. $5.04-/LF 12'x44"formed concrete curved border with,8#4 bars continuous and ties at 18" 3-06 Concrete curb, 6" M566.64 Concrete curb 2TLF" $28.-98—LF Material $11.34/LF Labor $.17 64 I:LF 61 x24"4-#4, 0.05 cy,2.75#,Excav, forms 3-07 AkDA Ptayground Ramp 945'w Goncretwwtieelchairramp2 1'F.a' 45�0f.:�az Material $378.00/Ea Labor $378.00./Ea Other $189:00'/Ea Ramp to playground 3-08 Playground Equipment $74,110.10 PlaygroundE-quiprnentCost 1'Ea $6T,4 .10 -Eii Material $63,463.101 Ea Equipment cost including freight Playground equipment installation 1 LS $10,647.001 LS Material $1,008.00 1 LS Other $819.001 LS Unload,layout,and install equipment including concrete for posts(generally 25%of equipment cost) Harmon,Delga, Forestrl'iilery Park Playgrounds,2200 Fiockridge Terrace 9 Afflate January 11.2019 Quantity 1l111,11 price Amount $756.00 3-09 Parking and Acce'SSWNILY $189,00 Ea. Subcontract 1 ER $667.00 Ea Point li�indlcap Nirking Minimum Charge $16,043.72 3,1@ playground SurfaC109 &Y�jui;U[idirig -7W JrjUY9F0UIVU-I-W $2.02 1 SF Material $Cr.10 SF Other _Er2_,,jf2e—,-re&L1V(2ad-.I-Iber 1,3W SY $2.27 SY Dralmme filter layer $1.39 1 SY Material $0.88/SY Labor Non-woven ,,tric,per layer $7,674,98 -3-11 Drainage sYstOlMs -Impoft-and spread graVel-tirainage YoCk $56.10/CY Material $7,56 1 CY Other $32,01 98 TLF Drainage WOW.perforMad PIPly $12- 1 LF Materlal $16.76 1 LF Labor $2.27 PLF -Other 4"pvc pipe in filter sock in 12"gravel trench with filter lining Ji F i 7.711 LF Drainne SySIpm, irilid ripe $11.03 f LF Labor $5.04 1 LF Other 4"solid Pvc,including trenching and backfill 3-1-2 Site Proteotion.- EMSIon & Tree Fence $1,643.04 'Ejrosfon central,w6ttles $1.26 1 LF Material 911 round straw waffles twig $0.38 1 LF Material $1.47/LF Labor $0.13 1 LF Equipment 10 Harmon,Delga, Forest[Fillery Park PlaygrWnds,2200 ROGkridge Terrace lien) Quantity U1111 Price A11h)UJIj 4'plastic, inct.removal 3-13 SFFe Mass Grading $13,467.53 Layout 1 Ea $1,411.20/Ea Labor $1,411.201 Ea aet 7rtre anc grtaii if�r�i a�a�erttieYiLlimarks Earthwork 260 CY $16.38/CY Labor $8.821 CY Other $7.561 CY General excavation and grading grading,•compact track loader 40 CY $12.60/CY Other $6.301 CY Grade swale Grading,compact track loader 12,000 SF $0.13/SF Labor $0.05/SF Other $0.081 SF Spread piled sail an site Labor $2.20 ICY nfficw: A14?-9741y Subcontract $22.68 1 CY Load truck and haul off 3-14 Grass Establishment w�,r5ii,5rl Feeding, hydramuldh ZO—OU'SF 50.141SF Subcontract $0.141 SF Sod.,Bermuda,placed by hand 400 SY $4.06/SY Material $3.288 1&Y Labor $0.151 SY (Dover' W6y11jG*' On level,,propare-d soil. Roll and water. Site cyan up via W.4ts i Ema Labor $498.96 I Ea Cost per load of waste haul Atternato Bid Iterns- Harmon $41,072.76 1-01 Benches $4,309. 0 W Elenches_ 3 Via:: $1,443RAW.>re L Material $1,338.75 1 Ea Labor $66.15./Ea Harmon,Oelga,Forest/Tillery Paris Playgrounds,2200 fiockridge Terrace 11 January il,2019 Ilrxan Quantity UnIt Price Amount Other .-$31-.50/-E-a GFW eiVra ved bench inct freight 1-02 'rash Receplaoles. $905,75 Trasiv.-r-ecelitacles TED '$905.761-Ea Material $836.45/Ea Labor .$44.10 1 Ea Other $25.20 1 Ea 1.03 Cu norglie Shelter P Eild & Fook I n9s $10,504.51 Piers,24"xG',concrete&rebar. Drillincl separate 24 LF $SO b4 I LF EF Labor $44.10 1 LF -0-P lire[ 5#6 vertical with$3 ties at 12' $4.41 /SF Material $4.41 1 SF Labor Other $0.63/SF Thickened edge, conefelff 1r.0.'1 cylsf,$12016y;rebar 1.10 $0-6Mb 1-04 Poligon Shetter $19,295.64 -SIe6i'SndItWPa0Ion,'245)fZ4' -1 Material F,--a :F 7 P ;Aelter cojumns. Jil'-1.311 I CA Uf!29jG Ea nawar 0111ar -'4E4.50 1 Ea Park shelter,8'-1 Weave Shelter rafters and purtins, i n s lal 1 16 Ea $151.20/Ea Labor $88.20 1 Ea Other $63.00/Ea Park shelter, W-101 eave height, up to 4:12 pitch Shelter metal roof panels and trim, Install 676 SF $1.48 1 SF Labor $1.15 1 SF Other $0.33 1 SF Multi-rib,pre cut 1-05 Plank Tablas $3.626.22 TlClifC-Tdwe;w I�tz-a r-a Material $1,151.33 Ea IF, 17-1 Vfctor Star7lory FBF-56 w1freight $1,072W/Ea Material $11025/Ea Labor 12 Harmon,Delga, Forest/Tillery Park Playgrounds,2200 Rockridjo Terrace Estimate January 11,2019 Item Quantity I.Init price Amount I-H Tr=01 Receptacles $2,051.53 'Crash receptacles 1 Ea $902.60/Ea Material $836.45/Ea Labor $66:1 v"/Ea Trash receptacles, Recycle 1 Ea $1,148.93/Ea Material $1,08778/Ea Labor $66.15/Ea Alternate 131d Item - Della 546,M.80 2-01 Benches $2,872.80 6E'..136mhes 2:Ea. $-1.;431-4W/°Ea Material $1,338.75/Ea Labor. $66.15/Ea Other $31.50/Ea CPW engraved bench incl freight 2-02 Trash ReceplWes $2,079.38 Trash receptacles Ea Material $836.45/Ea Labor $44.10/Ea Trash receptacles, Ctecycle 1 Ea $1,174.131 Ea Labor $66.15/Ea Other $25.201 Ea 2.03 Concrete Pad for Bench & Table sa'655.93 Concrete sidewalk, 5',#3@1V- 69 _ - $1197/W Material $4.26/SF Labor $4.41 /SF Other $0.26/SF Park sidewalk paving Gear x,6'CFW t CIA $1.,449.001 Fa Labor $110.25/Ea Material $1,151.33/Ea Labor $110.25/Ea 2-04 Canerete Pad For Bench & Trash Receptacles '$7.783.02 C-oncrete sidewalk, F,#3@18 4WW W.9,Z{ Material $4.26/SF Labor $4.41 1 SF Other $0.25/SF Park sidewalk paving Harmon,pelga, Forest/ ltery Park Ptaygrounds,nOG RocWdga Terrace 13 Estimate .January 11,2019 Item Quantity Unit Price Amount Material $1,338.75/Ea L-bar +Pf@ A--54lea Trash receptacle 1 Ea $902.60/Ea Labor $,66,1.51 Ea. 'crash receptacles, Recycle 1 Ea $1,148.931 Ea Material $1,082.78/Ea Labor $66.i i/Ea 2 onatete Sidewalit, Sn $ ,765.45 -Concrete sidewillk,"5",#3@18" -310-SF "$8-.92-/`SF Material $4.26/SF Labor $4:41;15F Other $0.25/SF Park sidewalk paving 2-06 Picnic 'fables $2,626.60 Plemic Table,8' 1 Fa $1,352.931 Ea Adatedial JSJ a1_51, ,1 Fo Labor -$176.401 Ea Other "5 20/Ea 1 FIE� $1,273.671 Ea Nrai�rrdl $i;u°rE'.9.7`r Ea Labor $176.40 t Ea Other $25.201 Ea Remove existing and replace 2-07 Solar Light Poly i8818.90 gritting,coftrote-&rebar _IVL_F Material r'-.,(16 I LF Equipment $6.301 LF 6f9�r�+�a�.}oalht*ems,=at.�1„ 2U.NLF r6bar,-0.14"CY%LF Solar Panel, Battery,Wiring, Light Pole 1 Ea $18,024.30/Ea Labor $132.30 1 Ea Equipment $252.00 I Fa Subcontract $17,640.00/Ea Moonlighting, David Allernate Bid- Fo rest/Ti lery $28.562.15 3-01 Benches 2,872.80 ,6,.Benohes 2-Ea 11A36:40/..:Ea Harmon,.Delga, Forest/Tll.ery Park Playgrounds,2200 Rockridge Terrace 14 IEeii� QuelntRy Unit Brice Amount Material $1,338.751 Ea Labor $66-151 Ea Other $31.50/Ea CFW engraved bench incf freight 3-02 Trash~ Rar—optacles S2,054.68 Trash receptacles 1'Ea $WS.T 7Ea Material $836.45 f Ea l i' r Other $25.20/Ea Material $1,082.78!Ea Labor $66.151 Ea -03 Con crate Pad for 8enc#les $4,978J0 Concrete sidewalk,5",#3C91 all- 2W $1:9f/ ` Material $4.26/SF Labor $4.41 /SF Other $0.251 SF Park sidewalk paving 6?V--.Wsee5 7' 4 if Material $1,338.75/Ea I abor. $6Ei 15 I.Ea Other CFW engraved bench incf freight 3-04.Concrete Part for Table 3.B?Q.fiS Concrete Sidewalk, 5")-#3C§F18"- 2 SF .92-/3F Material $4.26 l SF `.: Other $0.25/SF lurkskiR+wo avving. Picnic Table,8' 1 Ea $1,283.631 Ea Material, �.,1.5 ,33 r: a: Labor $132.30/Ea 3-U5 Coon-rote Sidewalk, 5" $6,371-.33 Concrete-sidewalk,5"3000psi,0@48,' 760 SF $9.171 SF Material $3.78-f SF Labor $4.891 SF Other, $0.50 I:SF Thickened edge,concrete 0.024 cy/sf,$126/cy,rebar 0.83 lbslsf,$0.654b 3-06 Picnic ThWes $1,226.42 Rlcnic-Thble- 6' 1 f a= 1;226i4;i/' a Material $1,072-071 Ea Labor $154:35.1 Ea. Harmon,©elga, Forestfl'iliery Park Playgrounds,2200 Ruckridge Terrace 15 Estimate January 1`1; 2019 ill a l Quantity Unil 1310cr? r�tFit�cu�€ Rem eve-existin &'insta#crew 3-07 Trash Receplaclac $2,052.16 `rash receptacles 1 Ea $9O2.60/Ea Wateria€ 48-'6.45.I.Ea Labor $66.151 Ea Trash receptacles, Recycle a 1.; 49: 61a lv 40riai $i,Q -41 i Ea Labor $66.151 Ea 3-08 Playground Equipment S1,575.00 Comet.Spinner 9 Ea S t,575.00/Ea Material $945.00/Ea Labor --$ 1.00/Ea Equipment $6$.00/Ea -Other ,$1:26.001•Ea 3-09 Playground EquIpmrit $2,961.00 i idfarce Spinner '! Ea $2,961,DO! Ea •Materia€ $2,268,901 Ea Labor $441.001 Ea Equipment $126.00/Ea ::CQther $i=26.00'l Ea Unit 4 Chapqio Qrdei llowano" $48,O00.00 Atlaov�i,tla 1 V;+ .i~WeARI -Ubr)r -E iP1Mnt _)thar SL1,l 0njVaCt 10tal Price $413,655.43 9135,088.01 $768.60 $77,811.05 548,018.60 Wfl,161.62 Date Date Dwight Henneberger Carlos Gonzales Henneberger Construction, Inc. City of Fort Worth Parks Dept Harmon, Delga, Forest/Tillery Park Playgrounds,2200 Hockridge Terr, ace 16 00 43 37 VENDOR COMPLIANCE TO STATE LAW Pagel or 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. L: BIDDER: r Company Name Here Henneberger By: Printed Name Here �J CONSTRUCTION, INC. 8928 Fairglen Drive, Dallas,TX.75231 Address Here 214-341-2562 Address Here or Space (Signature) City, State zip Code Here Title: Title Here le- Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Form Revised 20110627 100896,101410 101411 00 45 t 1 -I BIDDERS PREQUALIFICATIONS Page] of 3 1 SECTION 00 4511 2 BIDDERS QUALIFICATIONS 3 4 1. Summary.All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, qualification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Qualification Application in 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 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 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 FIows 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/tapermitl 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 qualification. These resumes should include the size and scope 37 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 0045 11-2 BIDDERS PREQUAI_.IFICATIONS 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 firms 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 qualification 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 firms 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 qualification. The schedule must include 42 the manufacturer,model and general common description of each piece 43 of equipment. Abbreviations or means of describing equipment other 44 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July I,2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid qualification letter,the contractor will be eligible to bid the 2 prequalified work types until the expiration date stated in the letter. 3 4 5 6 7 8 END OF SECTION 9 CITY OF FORT WORTH Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&1014I 1 Revised July 1,2011 004512 HII rCM' Rage t on SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequaiified rxratrantom­ndlr_.r­ d. ter:. ! cl-# :az}iti -t^rtl a: i r q?s�Ic.t r�fsl:c rl rf Mainr Work Tyne Contractor/Subcontractor� bcontractor Company Name Prequal[fication :I Type :I :I =rx�air�il€�n._C.zate .1 Site clearing and demolition with -Henneberger=Construction Paw.Haze or spara minimum site-disturbance Concrete paving Henneberger Construction Dato Hero Ix IRpec,15) ':lns.ta)lation of.playground&site Henneberger Construction Data I lore or space furniture Site grading Henneberger Construction Data I lure+ a sptine The underslgned'hereby ceitities'thatthe coritradtors and/or subcoritradtors described'inthe table above are currently N,"q Ol;fled for the work tynnFn listed. Henneberger Construction, Inc. By. Cynthia Henn erger 8928 Fairglen Drive 0 (Signature): Dallas,TX. 75231 Title: President Date: 1 2 [AND OF SECTION CITY OF FORT WORTH STANDARD CONSTRt[CTIOMSPECIFICAT[Of4'G'OCU EtCTS Praygrow£'rtwti+tPmerfti i3Epak3aw,- Form Revised20120120 1'00896,1'01'4101'0141i FORTWORTIJ SECTION 00 4513 'BIDDER:QUALIFICATION APPLICATION Date of Balance Sheet 1/27/19 Marie only one: Individual Henneberger Construction,Inc. -Lim ited=Partnership Name under which you wish to qualify General Partnership -Corporation 'n_1 I•iability Cc, nary, Post Office Box City State Zip Code 8928 Fairglen Drive,Dallas,TX. 75231 Street Address-(required) City State Zip-Code (214-3y41-2562 Cynthia@Hennebergerbiz Telephone Fax Email 1-75-2455477-5 Texas Taxpayer Identification No. 75-2455477 'Federal-Employers Idenfification"No. 00750404- DUNS No. (if applicable) MA TT TMq OT T•C'TTnMA TR F A T C)AT(-�WTTH FWANTCT M. C T A'i 0.--`NTC To. Lrl t vr-rvn-i -vvv^a-n j nnn liivv Tiil\`v"�.�.Tr�AORTO T T -YUK1' WUKI-H,TEXAS 76102-631 1 AND MARK THE ENVELOPE: `BIDDER QUALIFICATION APPLICATION" CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 100896,101410&101411 Revised December 20,2012 i 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: z3S"t]--_S_�]—_:l=L—=1:G...,l___.!_'_,_=-__________ 1•_._..a�L— ai�L___l. A.'._,,..L_=Y—_,t =A.i_i__st_.� eL__Y..]___—li_.....�s_ mil.-FS._ checked) Has fewer than 100 employees. and/or hwri Has less than $6,000,000.00 in annual gross receipts ElDoes not meet the criteria for being designated a small business as provided in Section become prequalified. MAJOR WORK CATEGORIES Water Department PAugur Boring-24-inch diameter casing and less Aia iir nGririg vreat%r than 24-iilci3 diaiiietef� ;ii:Z _r.unneung—.)o ljncnes—ou-=mcnes, anu)emu-Lr or-less Tunneling-364nehes—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 :! .i _isii)11_. ii'itn:ii.:ri:i�.ij_ ciiGivri _.,�i-iil.Cii,(1A111ri.s`IS1�t7_5177�.f1er Water Vistributlon,-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 :I :1 Vt�ater:l'rar�s�ni�sa�?:r�__t]r;`dr1��rZ�rnt__!i[I_`iz�c Water Transmission,Uiban/Renewal,All Sizes Sewer Bypass Pumping, 1&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,24-inches and smaller CCTV,42-inches and smaller CCTV, 48-inches and smaller CITY OF PORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCI3MENTS 100896,101410&101411 :Re-vi, ,d_Decemh_e_r2,(k M? 004513-3 BIDDER QUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES,CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, 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 E•� Sewer Collection System, Urban/Renewal, 12-inches and smaller .1 =1= - - - - :1 .lE Sewer Interceptors, Urhm/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 Pine Enlargement 12-inches and smaller _...._1—...--•--- -'----.._..--------7---- - 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 Cawpt C ic�aninA 1?-snrha and crY}a]!pr Sewer Siphons 24-hiches 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) A`s.pr hal_1 AvW�n cn-.ary-nrrc nntA !-;V ATPV rra�i�ni�i aviii�-j il�+nwy iviuuct�:uau�:aJ-�vtrLLi�yr��vvv�vvv� 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 1 00 45 13-4 ' BIDDER QUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting T-1T:Ql-D IIOTT((��NS ( ?` Vf A! li E-171 AT—Kj-F NIANAT: ANITA T\U I C:11 A!%F�DL-QQ nL- nlllle1CJ 't iJl.SCRIP I ION �.' LS1'v=: 1::Li i j '! NAME AND DE i AILED .�.�.�.«..3S Of f NIA I '7 :i.[,,.: :zrcnar:,vr;asc,lln.a:ajn, r.ea....aaka......e�Pn_,",a.(-=_ s �� -. -�*-rs--^1:n�nt:n nlrar: ns�sar:zrnr.rlxwesant name? 25 Li-st_previous business-names: n/a 3. .How Inany_years of experience in 25 construction work.has your organization had: .(a) .As a_General Contractor:x (b).As.a.Sub-Oontractor: h. *W-hat..plroj .ts: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 508,284. 9/2018 Dallas Riclia-rd RiU,COD rarroare a, 1,324,868. 8/16 ergusan ar ,Jon Reynolds 368,953.` 4/17 Roque Courts,Jon Reynolds COD 367,739. 12/18 Fort Worth Anderson Campbell/Carter South 487,562. 6118 e_ on County Robertsi Dennis ► r, Tyler,TX.75707 255,105. 11/15 City of Arlington *.If-requalifying only show work.performed since-last statement. 5.Have you ever failed to complete any work awarded to you? no U.-so,%wherc.and.why.? 6.Hasany,offteer-or-owrrer-ofyour-organization-ever=been an,of-freer-of another,organization-that-,failed-to complete a contract?n0 -If-so,-state-the-mame,vfthe-individual,-other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her If so, state the name of the individual,name of owner and reason. I?1zEwaeu�rl:laaa+xr�v"aacuatcat A:hark Site'• -J StilVLitYlCl'fl.CI1VJ inut.:11C71V".TFL',l;1T ll,l-111l/EV ijuu V1Vum to, _muoD U,-1V141V-IX.-1Vi'tll Revised December 20,2012 0045 13-5 BIDDER QUALIFICATION APPLICATION Pago 5_of-8 n/a -8, 'In-What other lines of business-are•you-financially-interested? 9. Have you ever-performed any work for the City?Ye$ If so,when and to whom do you refer?Carlos Gonzales Parks Dept. .1.0..Statc-names and dctailed.add>resses.of_all.producers:from:whom„you..have,purchased_principal materials during the last three years. NAME OFFIRM OR COMPANY DETAILED.ADDRESS The PlayWell Group ChildsPlay GametTirne 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this-person or firs-n. n!a I? rnynQt 1r,4• n 3n your }r -^•n: :ea •�:7 YKL:N IV 1 1V1At31V11'UVn ~ POSITION OR YEARS OF AND TYPE OF I IN WHAT ATATAT� !:r'x`;;Y:-: `•VISF`fllnTl!'�r l]7!lr�_i �n 71A 1'1" XT [ 1V111VLG I ii i'1'iiluh1"GriiDlVl.l'. WORK, i Cynthia Henneberger (President 5 President,Office/Con racts Mgr Dwight Henneberger vP/sec 40 jProject Mgr,Estilnatorl -i.l. I1'ally UWItUr, 0II1UUr,-tIJreCL0T, Or SLOUK1101U0I'01-YOUr IJT1.111Y rl eI11plOyee W Ille-l:uy, Ur snares 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 adoption or marriage.1112 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPIiCIF'ICATION DOCUMENTS 1008nr-101410&101411 5 00 45 13-c ' BIDDER QUALIFICATION APPLICATION Page 6 of S CORPORATION BLOCK PARTNERSHIP BLOCK _! 11 a col:Per atr rr: •' if Ar -partnersh.- :. -- — ; -bate 6t"Incorporation 1992 State cif Organization Charter/File No. Date of.organization President Is partnership general, limited, or registered limited Cynthia Henneberger liability;partnership? Vice Presidents Dwight Henneberger I Partnership) I 1 � 1 1 Secretary Dwight Henneberger I L-Initted.-Yartners(It applicable) l Treasurer .i LIMITED LIABILITY COMPANY BLOCK I State of Incorporation File No. Individuals authorized to sign for Partnership Officers or Managers(with titles, 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 r 2iumi xL11[.l d;i LlmVl CITY OF PORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSfRUC71'I0N SPECIFICATION DOCUMENTS W0996,101410& 101411 Revised December 20,2012 0045 13-7 BIDDER QUALIFICATION APPLICATION Page 7 of 8 14. Equipment $ TOTAL BALANCE SHEET .1 .1..TR�M .i -(.WAN T!'F J .I."I 111I.nF4(RW'ITI0N J VA1.11F .1 1 t Backhoe .2 1 Excavator, Many Accessories 3 1 Dump truck 4 2 Bobcat many accessories 5 Hand tools 7 9 11 12 13 14 15 17 18 19 20 21 23 24 25 26 27 ?R 30 Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show .��,lEr f�.+},�,�.n,�,+,�.niiinrraent .r�ceruP-.s.thQ..right.tn.renue�t_�.r..nEnnlPtQ..rlPtailarl.lict.nfall.xrn��r.en�iinme3nt The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 f]....:....,7 rz.........I.._�n CAI ti REDGM QtFALLFECKYWN APPLECAMON Page 9 of 8 BIDDER QUALIEFICATION AFFIDAVIT STATE OF Texas -COUNTY F Dallas .......... ---------- ............ entity herein first named, as of the date herein first given; that this statement is for the express purpose of i±xChaft;n[r:t1w.,mlrfir:tc}.xatlaea:i1.it.i.c�aifilar»it#-r�s prepared the balance sheet accompanying this report as well as any depository, vendor or any other 4genq.v herein named is herelly authorized to suppty each-party with any informatioij,while this statement -is III Iorue'-11.euessaTylo-verily sa 10 sirdleillent. Cynthia Henneberger being duly sworn, deposes and says that he/she is the Of 9 the entity described in and which excetiLed the foregoing sLate111011A that he/she i-- fi-nniliar with the books of the said ------------ ------ ........... said entity as of the date thereof and that the answers to the questions of the foregoing Henneberger Construction,Inc. Signature. �- ?7-- R P Sworn to before me this J 'r� dayof D-& =o • 0 N, 4tE O� Notary Public Notary Public must not be an officer,director,or stockholder or relative thereof. CITY OF FORT woR:rH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION 8PFC'1F1CA170N DOCUMENTS 100996,101410&101411 Revised December 20,2012 004513-7 133"WER QUALMICATION APPLICATION 14, EqUipillent $ V"A PUE, BALANCE SHEET IF UP I Rjwkhoe 2- Excavator, Many Accessories 3 1 Dump track 4' 2 Bobcat many accessories 5 ind tools 6- 7 9 12 13 14 15 16 IT r t8 19 20 21 22 24 25 26 27 =_2S Various- TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 t-qpes and show the remainder as Nalrio&'. The City-tn,ailowing you to Show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the con tro It of the firin and which i s:elated to the type of work for which the firm is seeking qualification. In the description include,the manufacturer, model, and general common description of each. CITY OF FOR'r woRTli Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECEICAMON DM, WINVIS' I41 896,101410&101,411 Revised December 20,2012 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of i 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. 100896, 101410 &_101411. Contractor further certifies that, pursuant to Texas Labor 6 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR: 10 11 Henneber er Construction By: 12 Company (Please Print) -� 13 14 8928 Fair I�Driye-- Signature:-44-tL� 15 Address 16 � . 17 Dallas,TX 7523.1 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 EFORE ME,tile,undersigned authority, on this day personally appeared 26 known to me to be the person whose name is 27 su cribed to the foregoing instYument, and acknowledged to me that he/she executed the same as 28 the act and deed of for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 �YQ j 31 G EN UNDER MY 14AND ANP SEAL OF OFFICE this day of 32 20_1 33 34 ., ANGELA R ASTRAN � 35 :z;• ���iVotary Public,State of Texas 36 :,S. .Qc Comm. Expires 03-27-2022 of y ublic in and for the State of Texas �....... 37 °i� NotaryyID 125500714 38 END OF SECTION 39 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,I01410& 101411 Revised July 1,2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 3 4 APPLICATION OF POLICY 5 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 6 applicable. 7 8 POLICY STATEMENT 9 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 10 Business Enterprises (MBE) in the procurement of all goods and services. All requirements and 1 I regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 12 13 MBE PROJECT GOALS 14 The City's MBE goal on this project is s%of the total bid value of the contract (Base bid applies to Parrs 15 and Community Services). 16 17 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 18 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 22 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 23 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 24 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation,or 25 3. Good Faith Effort documentation,or; 26 4. Prime Waiver documentation. 27 • 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Purchasing Division, within the following times 30 allocated, in order for the entire bid to be considered responsive to the specifications. 'rare Offerar shall 31 ddi.'ver the MBE doctinitntalion Li person to 1he Appropriate employee of the purchasing division and 32 obtain a date iiu a receipt. Such receipt shall be evidence that the bty ie"x ivcd the-docurnEwat ion in thr 33 time allocated. A faxed andltlr eimii1f,d copy will not be aceepled. 34 1. Subcontractor Utilization Form,if received no later than 2:00 pan., 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 stated goal: 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 MBEparticipation: 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. 35 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I00S96,101410&101411 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at (817)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised June 9,2015 00 52 43-1 Agreement Page I of 5 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on March 19 2019 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Hennerberger Construction, Inc., authorized to do business in Texas, acting by 7 and through its duly authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2.PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Pla round Improvements at Harmon Field Del a Park Forest Tiller Park 17 100896, 101410 & 101411 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of Six Hundred Thirty-One Thousand Fifty and 21 Seventy-Seven Dollars ($631,050.77). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Worlc will be complete for Final Acceptance within 120 days after the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that tinge is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal procceding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred and Fifty Dollars 36 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised 11.15.17 00 52 43-2 Agreement Page 2 of 5 39 Article 5. CONTRACT DOCUMENTS 40 5.1 CONTENTS: 41 A. The Contract Documents which comprise the entire agreement between City and 42 Contractor concerning the Work consist of the following: 43 1. This Agreement. 44 2. Attachments to this Agreement: 45 a. Bid Form 46 1) Proposal Form 47 2) Vendor Compliance to State Law Non-Resident Bidder 48 3) Prequalification Statement 49 4) State and Federal documents(project specific) 50 b. Current Prevailing Wage Rate Table 51 c. Insurance ACORD Form(s) 52 d. Payment Bond 53 e. Performance Bond 54 f. Maintenance Bond 55 g. Power of Attorney for the Bonds 56 h. Worker's Compensation Affidavit 57 i. MBE and/or SBE Utilization Form 58 3. General Conditions. 59 4. Supplementary Conditions. 60 5. Specifications specifically made a part of the Contract Documents by attachment 6I 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 Article 6. INDEMNIFICATION 74 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 75 expense, the city, its officers, servants and employees, from and against any and all 76 claims arising out of, or alleged to arise out of, the work and services to be performed 77 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 78 under this contract. This indemnification provision is specifically intended tooperate 79 and be effective even if it is alleged or proven that all or some of the damages being! 80 sou ht were caused in whole or in Part, by any act omission or negligence of the ci . 81 This indemnity provision is intended to include, without limitation, indemnity for 82 costs,expenses and legal fees incurred by the city in defending against such claims and 83 causes of actions. 84 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised 11.15.17 00 52 43-3 Agreement Page 3 of 5 85 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 86 the city,its officers,servants and employees,from and against any and all loss,damage 87 or destruction of property of the city,arising out of,or alleged to arise out of,the work 88 and services to be performed by the contractor, its officers, agents, employees, 89 subcontractors, licensees or invitees under this contract. This indemnification 90 provision is specifically intended to operate and be effective even if it is alleged or 91 proven that all or some of the damages being sought were caused, in whole or in_part, 92 by any act,omission or negligence of the city. 93 94 Article 7.MISCELLANEOUS 95 7.1 Terms. 96 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 97 have the meanings indicated in the General Conditions. 98 7.2 Assignment of Contract. 99 This Agreement, including all of the Contract Documents may not be assigned by the 100 Contractor without the advanced express written consent of the City. 101 7.3 Successors and Assigns. 102 City and Contractor each binds itself, its partners, successors, assigns and legal 103 representatives to the other party hereto, in respect to all covenants, agreements and 104 obligations contained in the Contract Documents. 105 7.4 Severability. 106 Any provision or part of the Contract Documents held to be unconstitutional, void or 107 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 108 remaining provisions shall continue to be valid and binding upon CITY and 109 CONTRACTOR. 110 7.5 Governing Law and Venue. 11l This Agreement, including all of the Contract Documents is performable in the State of 112 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 113 Northern District of Texas,Fort Worth Division. 114 7.6 Authority to Sign. 115 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 116 than the duly authorized signatory of the Contractor. 117 118 7.7 Prohibition On Contracts With Companies Boycotting Israel. 119 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 120 Code, the City is prohibited from entering into a contract with a company for goods or 121 services unless the contract contains a written verification from the company that it: (1) 122 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised 11.15,17 00 52 43-4 Agreement Page 4 of 5 123 The terms "boycott Israel"and "company" shall have the meanings ascribed to those terms 124 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 125 certifies that Contractor's signature provides written verification to the City that 126 Contractor: (I) does not boycott Israel; and(2) will not boycott Israel during the term of 127 the contract. 128 129 7.8 Immigration Nationality Act. 130 Contractor shall verify the identity and employment eligibility of its employees who 131 perform work under this Agreement, including completing the Employment Eligibility 132 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 133 all 1-9 forms and supporting eligibility documentation for each employee who performs 134 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 135 establish appropriate procedures and controls so that no services will be perfonned by any 136 Contractor employee who is not legally eligible to perform such services. 137 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 138 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 139 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 140 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 141 Contractor, shall have the right to immediately terminate this Agreement for violations of 142 this provision by Contractor. 143 144 7.9 No Tbird-Party Beneficiaries. 145 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 146 and there are no third-party beneficiaries. 147 148 7.10 No Cause of Action Against Engineer. 149 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 150 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 151 subcontractors, for any claim arising out of, in connection with, or resulting from the 152 engineering services performed. Only the City will be the beneficiary of any undertaking by 153 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 154 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 155 in any way responsible for those duties that belong to the City and/or the City's construction 156 contractors or other entities, and do not relieve the construction contractors or any other 157 entity of their obligations, duties, and responsibilities, including, but not limited to, all 158 construction methods, means, techniques, sequences, and procedures necessary for 159 coordinating and completing all portions of the construction work in accordance with the 160 Contract Documents and any health or safety precautions required by such construction 161 work. The Engineer and its personnel have no authority to exercise any control over any 162 construction contractor or other entity or their employees in connection with their work or 163 any health or safety precautions. 164 I65 SIGNATURE PAGE TO FOLLOW 166 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised 11.15.17 005243-5 Agreement Page 5 of 5 166 167 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 170 Contractor: Henneberger Construction City of Fort Worth//++ � By: �Lv� oeml— Fernando Costa By: Assistant City Manager (Signature) Date •¢ 5 !9.- Attest: N Z (Printed Name) City S r aty Title: c� (Seal) Address: 8928 Fairglen Drive M&C C-29073 T,",' . Date: March 19, 2019 Form 1295 No. 2019-446506 City/State/Zip: Dallas TX 75231 Contract Compliance Manager: L By signing, I acknowledge that I am the person `T 1~ responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting ' requirements. Carlos M. Gonzalez Park Planner A roved For1n alld Legality: ouglas lack Assistant City Attorney 171 172 im REm 173 174 175 Ri bard Zavala 176 D1 EC1'OR, 177 Park&Recreation Department 178 OFFICIAL RECORD CITY OF FORT WORTH fla � � a 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 4(y�Y 0&101411 Revised11.15.17 �� Ian Bond No. 1019790 Ou 6t 13 1 PERFORMANCE BOND Page I oft 1 SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 Henneberger Construction, Inc. S That we, tX, known as"Principal" herein and 9 Oklahoma Surety Company �, a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas, known as"Surety"herein(whether one 1 i or snore),are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, Six Hundred Thirty- 13 One Thousand,Fifty and Seventy-Seven Dollars ($631,050.77), lawful money of the United 14 States,to be paid in Fort Worth,Tarrant County, Texas for the payment of which sum well and 15 truly to be made, we bind ourselves, our heirs,executors, administrators, successors and assigns, 16 jointly and severally, firmly by these presents. 17 WHEREAS, the Principal has entered into a certain written contract with the City 18 awarded the 19 day of March,2019, which Contract is hereby referred to and made a part hereof 19 for all purposes as if fully set forth herein,to furnish all materials, equipment labor and other 20 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 21 provided for in said Contract designated as Playground Improvements, City Project No. 100896, 22 101410& 101411. 23 NOW,THEREFORE,the condition of this obligation is such tllat if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans., 26 specifications,and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the � C day of 6 r� ,20 . 7 PRINCIPAL: 8 _Henneberp�er Construction, Inc. 9 1 11 BY: 12 lgnature 13 ATTEST: 14 ` 1_ 15 �YJ 16 .) Secretary Name and Title 17 18 Address: 8928 Fairglen Drive 19 __Dallas TX 75231 20 21 22 Witness as to Principal 23 Ty : 24 ow 25 26 27 BY: ". 28 Signature 29 f 30 1 _ i 31 Name and Tit' �(�-�t' 32 33 Address: 34 35 36 � — 5-Q i ' l.{ 12.� 37 Wttness as urety Telephone Number: I 38 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the bylaws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF PORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,20 t 1 Bond No. 1019790 0061 14-1 PAYMENT BOND Page 1 or2 I SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, Henneber er Construction Inc., known as "Principal' herein, and 9 Oklahoma Surety Company a corporate surety 10 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 11 (whether one or mare), are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of Six Hundred TM -one Thousand Fifty and Seven -Seven Dollars 14 ($631, 050.77), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for the payment of which suln weft and truly be made, we bind ourselves, our heirs, 16 executors, administrators,successors and assigns,jointly and severally,firmly by these presents: 17 WMREAS, Principal has entered into a certain written Contract with City, awarded the 18 19 day of March, 2019, 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 Playground improvements,City Project No. 100896, 101410& 101411. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Playground Improvements at 3 Park Silm STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410& 101411 Revised July 1,2011 0061 14-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED arI SEALED 2 ' instrument by duly authorized agents and officers on this the h day of ZnrW 3 , 20L. 4 PRINCIPAL: Henneberger.Construction ATTEST: BY: Akt�� Signature ri cipal) Secret Name and Title Address: �8928 Fair•gIen Drive Dallas, TX 75231 Witness as to Principal RETY: ATTEST: BY: 'L'J rglrature (Surety) Secretary Name and Title -�h Address: Witness A4to Surety Telephone Number: 2� 5 G Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION 12 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July 1,2011 Bond No. 1019790 0061 19- 1 MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Itenneberger Construction,Inc., known as"Principal"herein and 9 Oklahoma Surety Corn.pany 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 snore), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as"City" herein, in the sum of Six Hundred 13 Thir -One Thousand Fift and Seventy-Seven Dollars a631 050.77 , lawful money of the 14 United States,to be paid in Fort Worth,Tarrant County, Texas,for payment of which sum well 15 and truly be made unto the City and its successors,we bind ourselves,our heirs, executors, 16 administrators, successors and assigns,jointly and severally, firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 19 day of March,2019,which Contract is hereby referred to and a made part hereof for all 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories 21 as defined by Iaw, in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein, the"Work")as provided for in said contract and 23 designated as Playground Improvements, 100896, 101410, 101410; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two(2)years 28 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period. 33 CITY OF FORT WORTH Playground Improvements at 3 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised July I,2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 13 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,201 I 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each �ICyNED and SEALED this 2 inst ment bfrduly authorized a ents and officers on this the day of 3 4 5 PRINCIPAL: 6 I-lenneber er Construction Inc. 7 8 9 BY: 10 Signature I ATTEST: 12 13t 14 c 1) Secretary Name and Title 15 16 Address:_8928 Fairglen Drive 17 _Dallas,TX 75231� 18 19 20 Witness as to Principal 21 TY. (� n 22 W" 23 24 �A 25 BY: & 26 Signature 27 ii 28 Y • f VK , 1_ 29 ATTEST: Name and Title 1" ~1ll� L� 3 31 Address: 32 (Surety) Secretary 33 34 Cq r) /)it 35 Vitnxess ILSto"Surety Telephone Number: 01A— 36 37 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. . If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 OKLAHOMA SURETY COMPANY 1437 SOUTH BOULDER, SUITE 200 • TULSAt, OKLAFIDMA-741IS • 918-587-7221 • FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN.BY THESE PRESENTS: That the MAMMA SURETY COMPAhfY , a oatporatlon organizect and eyjrtlrig under and by ulrfsde of the Earls or the Stile of Wo, does hemW naminale,oanaiitute and epgalnt the person or persons named below, aaah individually it miwo than one is Pi arned,Ile true and lawful attorney--ln-fact, for I and In its name,pWce a+rd steed to oxeFcute an ba3h3ff aF the said Company, as surely, any and i3N bonds,orkdertakIngs attd aanlroag of srtretyghIp, or other written obNgations In the nature thereof. Brent M. Slonigan, Rob Dreiling; Debbie Ralme;7 and Kara Recce,ail of RICHARDSSON,T IN l F F7S WHEREOF,thax OKLAHOMA S URETY O[}MPA N Y her.caused these presents to be ssgned and attested by+is eppipprfa le. offims a nd ilmprporat4 seal hereunto affixed 1:05 11 day or March . '2019 4 "6A9. *. OKLAHOMA SURETY COMPANY ATTEST err# SHARD W..NIL - Secretary T D BAZATA VICE PRESIDENT On Ihls 11 day of Mar07 1 2019 t�efoFe m-e perabnaify appeared TODD BA ATJ4 ,to me known, being duly!Swom,deposes and says that Edhe resides in Broken Mow, Oklahorna,Ih i0t Vhe Is a Vjra rvesident of OklaRrom a Surety Company,the company desrAfied In and which executed I he.above Instrument;thel slfee knows the eeal Rf the"Id Company that the seal affixed To the aaJd Instrument Is such oarp Iasaal;chat M war.Vb affixed byalllhKifityof hoobls office under the By-Laws of5afd Company,and 16M slhe signed fill narn$ thereto by like authorRy. �+ttrtrrrr��,� �r+ F Cemmisslan IL 11008253 STATE OF OKLAHDMA ►` f`;•' ArQ . i My if lei*exprr s; 0 —03-19 COUNTY OF TULSA E , yti1 .JLJLII= �lw HAN Nutaty Publlc This PGWarof Attorney Is granted by autfearJty of the fallowing resafLftivns adopted by the scant or Direciors of Oklahonm Surely Company by unanimous writlen oonaeni dated September 25, SOW. RESOLVED' That The Preaide*l,than V.XiKutivii Vice ProvadEed,Iha 5euetaf Senior Vlca Pmsldonta and Vice Pfesldentas or any ooe r,i ihem. tm and hereby is aulhmixed,from Ume to Won,to app.alrR one or mare Afton-mys-In-Fuel to execute orr behalf or the company, ers eurely, any and aft b#rtds.underlaklrrgs and cQntmOs or suretyship,ar ai her written obligal lens in Nil na�turse€hereof;to prescribe their re5gmtIve dtfts and the rospective HOW of Ihak aufhoriiy;and to ravokro any suoh appointment at-any lime. RESOLVED FURTHER- That the Comparq heal and We Signature or any of the aforesaid officers and any Secret; r crAssistant Secretary of the Company may he affixed by faeshnile to any power of all}n•eey or oertlliaale of elther given for the esCcseuflffn of any bond, undertakfng, contfant of auretyshtp,OF other wrltlen ukAgatlon In she raaiure Mereor,such slgnaitue and seal when so used Wng hereby adopted by the Company as the adglnal 0knataare of such odfloar aryl Ihs origfnal seal or Iho Company,to be vsll-d and binding upon the Company wOh trio simip loma and effeet es though rMM"llyaRl o. CERTIFICATION I, SHARON HA Ca Secretary of O klishumn Surety Company,do hasreby earlify Heat the foregoing rawer of Allornaay and Ili RMOI tIMS of fheL 1303td of DlFeotors of St!pletnw 25, 2009 have DOI been revo V nd are ow in ruff farce ano er}eat Ittrt'&' t+, &gned and seared this day o SHARON HACKL Secretary •` x `ram �;�...••� 4Y { VOID IF BOX IS EMPTY AM-COI' UNENT CAS UALTY CONVANy OKLAHOMA S URETY CONIpANY S TATE OF TEVAS C[.NI NMICT FNDORS L.NI;F\T In accordance "ti Lh ScCtion 22=31.02 1 (tl ofth� � e ad I.- -{�� of'th Texa, Pro rt� Code_ any nonce c�fc3 im�t�nthe nam:rlllrlt ld sit t �ctio I' bonds) sho«1d be sent to: r this 11 ;!7 III)-CON-I INI:\1 C'AS [-ALTY C'0\lP_ \-Y OKI.Al10NL-1 S[_'RL TYC'(),\tP_L P.O. 130X 1409 Tt I_S A. OK 74101 IEI.E:P"()Nl: 919-5,87-7121 Phs-sica1_ 1437 S. I3Ot I.I)1 R S UITE ?00 TULS A. OKL fTO'\,t-k 741 19 ATTACII THIS NOTICE TO YOUR BOND ® DATE(MM1DDNYYY) "°►��a CERTIFICATE OF LIABILITY INSURANCE 4/8/2019 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 have ADDITIONAL INSURED provisions or 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). ACT PRODUCER NAME: Lauren Freeman Upshaw Insurance PHONE 806 468-0400 we No):606 468 OaSo 801 S. Fillmore, Suite 300 c "° Ex Amarillo TX 79105 EMAIL ADOREss: laurenf u show-insurance.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A;Peerless Indemnity Ins Company 18333 INSURED HENNE-i INSURER s:Travelers PropertyCasualt 36161 Henneberger Construction Inc. INSURERC:America First Insurance 12696 Dwight Henneberger 8928 Fairglen Drive INSURERD:Ohio Security Insurance Co. 24082 Dallas TX 75231 INSURERE:Texas Mutual Insurance Co 22945 INSURER F: COVERAGES CERTIFICATE NUMBER:1031246885 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE OLLN 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 HERFIN 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 LIMITS LTR TYPE DF INSURANCE POLICY NUMBER MMfDDIYYYY MMIDDIYYYY D X COMMERCIAL GENERAL LIABILITY Y Y BLS58571630 2/20/2019 2/20/2020 EACH OCCURRENCE $1,000,000 DAMAGE TO R PREM's( a Occurrence) X CLAIMS-MADE �OCCUR $1,000,000 MEn EXP(Any one person) $15,DDO PERSONAL&ADV INJURY $1.000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- PRODUCTS-COMPIOPAGG $2,000,000 POLICY�JECT LOG $ OTHER: A AUTOMOBILE LIABILITY Y Y BAW5a571630 2/20/2019 2/20/2020 COMBINED Ea accidents INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident B X UMBRELLA LIAE X OCCUR Y Y ZUP41 M2525A-16-NF 2/20/2019 2/20/2020 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETFNTION$ $ E WORKERS COMPENSATION Y 0001176898 212012019 2/20/2020 X STATUTE EORH AND EMPLOYERS'LIABILITY Y I N ANYPROPRIETORIPARTNER/EXECUTIVE ❑ NIA F.L.EACH ACCIDENT $i,000,000 OFFICERIMEMBEREXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,D00,000 C Installation/Equipmeni BMW592459BO 2/20/2019 2/2012020 Installation $400,0001$600,000 LeasedlRented Equip $10D,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Endorsements shown apply only if there is a written contract between the named insured&certificate holder that requires such coverage.GL:Policy include a blanket additional insured endt(GL per attached CG 8810(04113)with primarylnon-contributory language and completed operations).AU:Policy includes a blanket additional insured endt with primary/non-contributory language.GL,AU&WC:Policies include a blanket waiver of subrogation endt.UMB: Follows form. Blanket 30 days Notice of Cancellation applies except 10 days for non-pay.GL:XCU not excluded. Project:Harmon Field#100896,Delga#101410&Forest(Tillery)#101411 Parks CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Fort Worth ACCORDANCE WITH THE POLICY PROVISIONS. Park& Recreation Dept. 4200 South Freeway Suite 2200 AUTHORIZED REPRESENTATIVE Fort Worth TX 761 1 5-1 499 q(F�_ O 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY—ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 3 ADDITIONAL INSUREDS—BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY—ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS—EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED—INCIDENTAL MEDICAL ERRORSIMALPRACTICE AND WHO IS AN INSURED-- 6 FELLOW EMPLOYEE EXTENSION —MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US— 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU O 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I--Coverage A-Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance,whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I--Coverage A--Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY—ELEVATORS 1. Under Paragraph 2. Exclusions of Section I—Coverage A—Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV—Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2. Exclusions of Section I -Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs(1), (3) and (4)of this exclusion do not apply to"property damage"(other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to"property damage"to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III--Limits of Insurance. Q 2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 2 of 8 b. The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c.through In. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Promises Rented To You as described in Section III—Limits Of Insurance. 2. Paragraph 6. under Section III—Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5.above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I—Coverage C—Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS—COVERAGES A AND B 1. Under Supplementary Payments—Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to$3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT,AGREEMENT OR PERMIT 1. Paragraph 2. under Section II—Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract,written agreement or permit. Such person or organization is an additional insured but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury' caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the"bodily injury" or"property damage"occurs, or the"personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 3 Of 8 b. Premises or facilities rented by you or used by you; or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to"bodily injury", "property damage", or"personal and advertising injury' arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to"bodily injury' or"property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1_ The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s)at the location of the covered operations has been completed; or (2) That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any"occurrence"which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury'or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV—Commercial General Liability Conditions. 02013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 4 of 8 2. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section I -Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury"or"property damage"arising from the sole negligence of the additional insured. b. "Bodily injury"or"property damage"that occurs prior to you commencing operations at the location where such "bodily injury' or"property damage" occurs. C. "Bodily injury", "property damage"or"personal and advertising injury"arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the"occurrence"which caused the"bodily injury" or"property damage", or the offense which caused the "personal and advertising injury", involved the rendering of, or the failure to render, any professional architectural, engineering or surveying services. d. 'Bodily injury"or"property damage"occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED--OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III— Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4.Other Insurance of SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. Q 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS -EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence"or an offense that may result in a claim or"suit" under this insurance to us; b. Tender the defense and indemnity of any claim or"suit"to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit"by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III—Limits of Insurance of this policy,whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED -INCIDENTAL MEDICAL ERRORS 1 MALPRACTICE, WHO IS AN INSURED -FELLOW EMPLOYEE EXTENSION -MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section II-Who Is An Insured is replaced with the following: (1) "Bodily injury"or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co-"employee"while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee"or"volunteer worker"as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a)or(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. ©2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 8 Paragraphs(a) and (b) above do not apply to"bodily injury"or"personal and advertising injury" caused by an "employee"who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's"job responsibilities assigned by you, includes the direct supervision of other"employees" of yours. However, none of these"employees" are insureds for"bodily injury" or"personal and advertising injury"arising out of their willful conduct, which is defined as the purposeful or willful intent to cause"bodily injury"or"personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section 11 _Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury"or"property damage"that occurred before you acquired or formed the organization; and C. Coverage B does not apply to "personal and advertising injury"arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV—Commercial General Liability Conditions,the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior"occurrences"existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV—Commercial General Liability Conditions,the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or"suit" by an agent, servant or"employee"of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section 11—Who Is An ]Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or"suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V—Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. ©2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 7 of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a.of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US—WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV— Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the "products-completed operations hazard" provided: 1. You-and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization; and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. ©2013 Liberty Mutual Insurance CG 88 10 0413 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Page 8 of 8 Herrera, Christina From: Gatewood, Sophia D. Sent: Monday,April 08, 2019 2:48 PM To: Herrera, Christina Cc: Gonzalez, Carlos M.Jr. Subject: RE: Henneberger Construction - COI Fort Worth Attachments: City-of-Fort-Worth_Henneberger-Con 19-20--Certs_4-8-2019_1031246885.pdf Approved. Sophia Gatewood, CPCU,ARM-P, AIC, AINS, FCLS Property & CasuaIty Manager BR/Risk Management W (817) 392-7784 146 (817)392-5874 City of Fort Worth — Working together to Guild a.strong conlnrunity. Follow Fort Worth _ 3 y From: Herrera, Christina Sent: Monday,April 8, 2019 1:00 PM To: Gatewood, Sophia D. <Sophia.Gatewood@fortworthtexas.gov> Cc: Gonzalez, Carlos M.Jr. <Carlos.Gonzalez@fortworthtexas.gov> Subject: FW: Henneberger Construction -COI Fort Worth Sophia, Please review/approve the attached certificate of insurance for project numbers 100896/1001410/101411 . If you need additional information, please let me know. From: Cynthia Henneberger [mai[to:cynhen@mac.com] Sent: Monday,April 08, 2019 12:56 PM To: Herrera, Christina <Christina.Herrera @fortworthtexas.gov> Subject: Fwd: Henneberger Construction -COI Fort Worth Cynthia Hc" i STANDARD GENERAL, CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnuuy2,2016 100896,101410&101411 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I —Definitions and Terminology..........................................................................................................I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 —Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent..............................................................................................................................................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.03 Differing Subsurface or Physical Conditions........................................................................:....12 4.04 Underground Facilities ...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 —Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnjwy2,2016 100896,101410&101411 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 Playground Improvements at 3 Park Sites: Revision:Febney2,2016 100996,101410&101411 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 l I -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 UtiIization........................................................................................................................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 Playground Improvements at 3 Park Sites: Revision:Febnmy2,2016 100896,101410&101411 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 DOCUMENTS Playground Improvements at Park Sites: Revision:Febmmy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I---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 Playground Improvements at 3 Park Sites: Revision:Fe6maryZ2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for fmal 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 defmition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnoy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative,assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development -- The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth, Texas,or his duly appointed representative, assistant, or agents. 32. Drawings—That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work --- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at Park Sites: Revision:FebmmyZ2016 100896,101410&101411 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 SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnwy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule—A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project—The Work to be performed under the Contract Documents. 53. Project Manager—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.)as amended from time to time. 56. Regular Working Hours -- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals—A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febmaty2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work—See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours — Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day—A working day is defined as a day,not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:FebnLory 2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:February2,2016 100996,101410&101411 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Fehnk-ty2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febmary2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:February2,2016 I00896,101410&101411 007200-1 GENERAL CONDITIONS Page 1 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 Playground Improvements at Park Sites: Revision:Febnoy2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:Febnwy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDIT[ONS 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 DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnlo y2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:Fe6mary 2,2016 100896,101410&101411 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 Playground Improvements at 3 Park Sites: Revision:Febmary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Februmy2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:February2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City Shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febniery2,2016 100896,I01410&101411 007200-1 GENERAL CONDITIONS Page 19 of63 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 Playground Improvements at Park Sites: Revision:Februmy2,2016 100896,101410&101411 007200-1 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 Playground Improvements at 3 Park Sites: Revision:Febnay2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid,unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 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 discretionn 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 Playground Improvements at 3 Park Sites: Revision:Febnkvy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 22 of63 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 Playground Improvements at 3 Park Sites: Revision:Felmy2,20l 6 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales,maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febamy2,2016 100896,101410&10141 t 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City, B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Fehcuary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates, The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Fcbmmy2,2016 100896,t01410&101411 007200-I 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 I Ith 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 fallowing 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 Playground Improvements at 3 Park Sites: Revision:Febnauy2,2016 100896,101410&101411 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 Playground Improvements at 3 Park Sites: Revision:Febrmy2,2016 100896,101410&101411 00 72 00-1 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 A11, 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. bgp:/iwww.window.state.tx.us/taxinfo/taxforrns/93-fonns.htmI 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febuay2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnoy2,2016 100996,101410&101411 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection, Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal,relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnimy 2,2016 100896,101410&101411 00'72 00-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. 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 Playground Improvements at Park Sites: Revision:Febmary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at Park Sites: Revision:Febnmy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall famish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. T I INDEDMFICATION PROVI&IMIFI AL LTENM IQ OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN 2LE OR I 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 Playground Improvements at 3 Park Sites: Revision:February 2,2016 100896,1014I0&101411 00 72 00-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED IN_ WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLI f4EN!LE 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 Playground Improvements at 3 Park Sites: Revision:Febmary2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febmmy 2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:Febniary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 37 of63 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 Playground Improvements at 3 Park Sites: Revision:Febnuary2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at Park Sites: Revision:Febr uary 2,2016 100996,101410&101411 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 Playground Improvements at Park Sites: Revision:Febmmy2,2016 100896,101410&101411 00 72 00-1 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 STANDARDCONSTRUCT[ON SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnkuy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the 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 Playground Improvements at 3 Park Sites: Revision:February2,2016 100896,101410&101411 00 72 00-1 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 6A, 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 Playground Improvements at 3 Park Sites: Revision:February2,2016 100896,104410&101411 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded.• The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Februxy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at Park Sites: Revision:Febmary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unlit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unlit 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 quantifies are designated as final payment quantities,unless revised by the governing Section or this Article. B. If the quantity measured as outlined under"Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground improvements at 3 Park Sites: Revision:Fdxuay2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.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 12.013.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIL:N1'S Playground Improvements at 3 Park Sites: Revision:Febniwy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.01.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 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be Iiable 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 Playground Improvements at 3 Park Sites: Revision:FebnxNy2,2016 100896,101410&101411 00 72 00-3 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 WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febwary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure,observation, inspection,testing,replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnjmy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground improvements at 3 Park Sites: Revision:Febnmy2,2016 100996,101410&101411 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at Park Sites: Revision:Febnoy2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPLCIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnjey2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantifies 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 Playground Improvements at 3 Park Sites: Revision:Febmary2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:Fcbtuary2,2016 100896,101410&10I411 00 72 00-1 GENERAL CONDITIONS Page 55 of63 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 Playground Improvements at 3 Park Sites: Revision:Febniaty2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites; Revision:Febmary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15--SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnuuy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-201lestablished 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 Playground Improvements at 3 Park Sites: Revision:Febniuy2,2016 100896,101410&101411 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 Playground Improvements at 3 Park Sites: Revision:Febmary2,2016 100896,101410&101411 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:February 2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10,06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites: Revision:Febnmy2,2016 100896,101410&101411 00 72 00-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17--MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Playground Improvements at 3 Park Sites; Revision;Febany2,2016 100896,101410&101411 00 72 00-1 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 Playground Improvements at 3 Park Sites: Revision:Febmmy2,2016 100896,101410&101411 007300-1 SUPPLEMENTARY CONDITIONS Page I of 7 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 7 Supplementary Conditions 8 9 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions, and other 10 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 11 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 12 of the General Conditions which are not so modified or supplemented remain in full force and effect. 13 14 Defined Terms 15 16 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 17 meaning assigned to them in the General Conditions,unless specifically noted herein. 18 19 Modifications and Supplements 20 21 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 22 other Contract Documents. 23 24 SC-3.03B.2,"Resolving Discrepancies" 25 26 Plans govern over Specifications. 27 28 SC-4.01A 29 30 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 31 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 32 Contract Drawings. 33 34 SC-4.01A.1.,"Availability of Lands" 35 36 The following is a list of known outstanding right-of-way,and/or easements to be acquired, if any as of: 37 38 39 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 40 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 41 and do not bind the City. 42 43 If Contractor considers the final easements provided to differ materially from the representations on the 44 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 45 notify City in writing associated with the differing easement line locations. 46 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 7 1 SC-4,01 A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of[Month Day, Year this document was prepared] 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None ................._............................................ ............... ................------------- -_....................---............................ .......................... .............. 8 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A["None'7 Report No. ,dated 16 17 18 19 20 The following are drawings of physical conditions in or relating to existing surface and subsurface 21 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 22 i_r'one 7 23 24 25 SC-4.06A.,"Hazardous Environmental Conditions at Site" 26 27 The following are reports and drawings of existing hazardous environmental conditions known to the City: 28 [None] 29 30 31 SC-5.03A.,"Certificates of Insurance" 32 33 The entities listed below are "additional insureds as their interest may appear" including their respective 34 officers, directors,agents and employees. 35 36 (1) City 37 (2) Consultant: ["None"] 38 (3) Other: ["None'] 39 40 41 42 43 44 SC-5.04A.,"Contractor's Insurance" 45 46 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 47 coverages for not less than the following amounts or greater where required by laws and regulations: 48 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 00 73 00-3 SUPPLEMENTARY CONDITIONS Page 3 of 7 1 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 2 3 Statutory limits 4 Employer's liability 5 $100,000 each accident/occurrence 6 $100,000 Disease-each employee 7 $500,000 Disease-policy limit 8 9 SC-5.04B.,"Contractor's Insurance" 10 11 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance 12 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 13 minimum limits of. 14 15 $1,000,000 each occurrence 16 $2,000,000 aggregate limit 17 18 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 19 General Aggregate Limits apply separately to each job site. 20 21 The Commercial General Liability Insurance policies shall provide"X","C",and"U"coverage's. 22 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 23 24 SC 5.04C.,"Contractor's Insurance" 25 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 26 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 27 28 (1) Automobile Liability-a commercial business policy small provide coverage on "Any Auto", 29 defined as autos owned,hired and non-owned. 30 31 $1,000,t•�)c each accident on a combined single limit basis. Split limits are acceptable if limits are at 32 least: 33 34 $250,000 Bodily Injury per person/ 35 $500,000 Bodily Injury per accident/ 36 $100,000 Property Damage 37 38 SC-5.04D.,"Contractor's Insurance" 39 40 The Contractor's construction activities will require its employees,agents,subcontractors, equipment,and 41 material deliveries to cross railroad properties and tracks["None"] 42 43 44 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 45 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 46 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 47 Entry Agreement"with the particular railroad company or companies involved,and to this end the 48 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 49 the right-of-entry(if any)required by a railroad company. The requirements specified herein likewise relate 50 to the Contractor's use of private and/or construction access roads crossing said railroad company's 51 properties. 52 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 00 73 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 7 1 The Contractual Liability coverage required by Paragraph 5.041)of the General Conditions shall provide 2 coverage for not less than the following amounts,issued by companies satisfactory to the City and to the 3 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 4 occupy,or touch railroad property: 5 6 (1) General Aggregate: $Confirm Limits with Railroad 7 8 (2) Each Occurrence: $Confirm Limits with Railroad 9 10 _Required for this Contract Not required.for this Contract 11 12 13 With respect to the above outlined insurance requirements,the following shall govern: 14 15 l, Where a single railroad company is involved, the Contractor shall provide one insurance policy in 16 the name of the railroad company. However, if more than one grade separation or at-grade 17 crossing is affected by the Project at entirely separate locations on the line or lines of the same 18 railroad company, separate coverage may be required,each in the amount stated above. 19 20 2. Where more than one railroad company is operating on the same right-of-way or where several 21 railroad companies are involved and operated on their own separate rights-of-way,the Contractor 22 may be required to provide separate insurance policies in the name of each railroad company. 23 24 3. If,in addition to a grade separation or an at-grade crossing, other work or activity is proposed on a 25 railroad company's right-of-way at a location entirely separate from the grade separation or at- 26 grade crossing, insurance coverage for this work must be included in the policy covering the grade 27 separation. 28 29 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 30 way, all such other work may be covered in a single policy for that railroad, even though the work 31 may be at two or more separate locations. 32 33 No work or activities on a railroad company's property to be performed by the Contractor shall be 34 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 35 for each railroad company named,as required above. All such insurance must be approved by the City and 36 each affected Railroad Company prior to the Contractor's beginning work. 37 38 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 39 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 40 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 41 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 42 railroad company operating over tracks involved in the Project. 43 44 SC-6.04.,"Project Schedule" 45 46 Project schedule shall be tier 3 for the project. 47 48 SC-6.07.,"Wage Rates" 49 50 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 51 Appendixes: 52 <List the prevailing wage rate table(s)applicable to the type of construction being provided in this 53 contracts 54 <Buzzsaw location, Resources102-Construction Documents/Specifications/Div 00-General 55 Conditions/CFW Wage Rate Table 20080708.pdp CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 7 1 2 SC-6.09.,"Permits and Utilities" 3 4 SC-6.09A.,"Contractor obtained permits and licenses" 5 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 6 7 1. Shelter Permir 8 9 10 SC-6.09B. "City obtained permits and licenses" I I The following are known permits and/or licenses required by the Contract to be acquired by the City: 12 ;oe' 13 14 15 16 17 18 SC-6.09C."Outstanding permits and licenses" 19 20 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of 21 22 23 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION '• �rtE. 24 25 26 SC-6.24B.,"Title VI,Civil Rights Act of 1964 as amended" 27 28 During the performance of this Contract,the Contractor, for itself,its assignees and successors in interest 29 (hereinafter referred to as the "Contractor")agrees as follows: 30 31 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to 32 nondiscrimination in Federally-assisted programs of the Department of Transportation(hereinafter, 33 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 34 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 35 of this contract. 36 37 2. Nondiscrimination: The Contractor,with regard to the work performed by it during the contract, shall 38 not discriminate on the grounds of race, color, or national origin,in the selection and retention of 39 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 40 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 41 Regulations,including employment practices when the contract covers a program set forth in 42 Appendix B of the Regulations. 43 44 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment: In all 45 solicitations either by competitive bidding or negotiation made by the contractor for work to be 46 performed under a subcontract,including procurements of materials or leases of equipment,each 47 potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations 48 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color, or 49 national origin. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 007300-6 SUPPLEMENTARY CONDITIONS Page 6 of 7 1 2 4. Information and Reports: The Contractor shall provide all information and reports required by the 3 Regulations or directives issued pursuant thereto, and shall permit access to its books,records, 4 accounts,other sources of information and its facilities as may be determined by City or the Texas 5 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 6 and instructions, Where any information required of a contractor is in the exclusive possession of 7 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 8 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 9 obtain the information. 10 11 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the 12 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 13 Texas Department of Transportation may determine to be appropriate,including,but not limited to: 14 15 a. withholding of payments to the Contractor under the Contract until the Contractor 16 complies,and/or 17 b. cancellation,termination or suspension of the Contract, in whole or in part. 18 19 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs(1)through 20 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 21 by the Regulations,or directives issued pursuant thereto. The Contractor shall take such action with 22 respect to any subcontract or procurement as City or the Texas Department of Transportation may 23 direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, 24 however,that,in the event a contractor becomes involved in, or is threatened with, litigation with a 25 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 26 such litigation to protect the interests of City,and,in addition,the contractor may request the United 27 States to enter into such litigation to protect the interests of the United States. 28 29 Additional Title VI requirements can be found in the Appendix. 30 31 SC-7.02.,"Coordination" 32 33 The individuals or entities listed below have contracts with the City for the performance of other work at 34 the Site: 35 Coordination will be address during the re-construction meeting Vendor Scope of Work Coordination Authority 36 37 38 SC-8.01,"Communications to Contractor" 39 40 Communications will be address during the Pre-Construction meeting 41 42 43 SC-9.01.,"City's Project Manager" 44 45 The City's Project Manager for this Contract is Carlos Gonzalez,or his/her successor pursuant to written 46 notification from the Director of Park&Recreation Department. 47 48 SC-13.03C.,"Tests and Inspections" 49 50 Lab testing and inspections assignments will/be address during the pre-construction meeting. 51 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 007300-7 SUPPLEMENTARY CONDITIONS Page 7 of 7 1 2 3 5 6 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 22,2016 01 11 00-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment,and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list,then the item shall 27 be considered as a subsidiary item of Work,the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights-of-way as provided for in the ordinances of the City,as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised December 20,2012 01 11 00-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company, individual,or other,either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission,neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal,temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 11 00-3 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI - 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 I—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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July 1,2011 01 25 00-2 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July I,2011 01 25 00-3 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 is 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 a]I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 25 00-4 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 EquaI 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,IM410&101411 Revised July I,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 I. 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 Playground Improvements at 3 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100896,101410&101411 Revised August 17,2012 0131 19-2 PRECONSTRUC ION 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 cc. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments 46 1.5 SUBMITTALS 47 A. Contractor must present the following submittal at the pre-construction meeting. 48 1. Playground equipment(play structure, standalone equipment and play mats). CITY OF FORT wORTII Playground Improvements at 3 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100896, 101410&101411 Revised August 17,2012 01 31 19-3 PRECONSTRUCTION MEETING Page 3 of 3 1 2. Park amenities(Shelter, Benches, Picnic Tables,Trash Receptacles). 2 3. Drainage Material (engineer wood fibar,rock sample,geotextile fabric, 4" 3 perforated pipe and 4" PVC pipe). 4 4. Temporary project signs. 5 6 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 7 1.7 CLOSEOUT SUBMITTALS [NOT USED] 8 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 9 1.9 QUALITY ASSURANCE [NOT USED] 10 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] i 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 12 1.12 WARRANTY [NOT USED] 13 PART 2- PRODUCTS [NOT USED] 14 PART 3 - EXECUTION [NOT USED] 15 END OF SECTION 16 Revision Log DATE NAME SUMMARY OF CHANGE 17 CITY OF FORT WORTH Playground Improvements at 3 Park Sites STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Project No. 100896,101410&101411 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 1 SECTION 013120 2 PROJECT MEETINGS 3 PARTI - 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 I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 31 20-2 PROJLCT 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- II 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 a]I participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,1014I0&101411 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 SUBMITTALSANFORMATIONAL 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 . PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal,updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 ---General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 -No schedule submittal required by contract. Small,brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small,brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 proj ects 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July 1,2011 01 32 16-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. I I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 Iimit. 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 32 16-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,1014I0& 101411 Revised July 1,2011 01 32 16-5 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 I. None. t0 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] 31 111 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USEDI 33 PART 2 - PRODUCTS INOT USED] CITY OF FORT WORTH Playground Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 32 33-2 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 Playground Improvements at: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 013300-1 SUBMITTALS Page t 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101 410&101411 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 1 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 %2 inches x 1 I inches to 8 %2 inches x I 1 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 l 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 erection/installation(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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 33 00-4 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 1. 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 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 I] 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 01 33 00-6 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; I I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded,will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI" followed by series number, "-xxx",beginning with "01"and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order,as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS INOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised December 20,2012 013300-8 SUBMITTALS Page 8 of 8 I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PARTI - 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 2I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 014523-2 TESTING AND INSPECTION SFRVICFS Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION 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 [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July 1,2011 01 50 00-I TEMPORARY FACILITIES AND CONTROLS Page i of 4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - 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, Iight,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 I week before water for construction is desired CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,10I410&101411 Revised July 1,2011 01 50 00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Playground Improvements at.3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 50 00-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] I8 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 --General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division i General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I 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 Ibis Item. 19 2. Construction Activities resulting in greater than I 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 Playground Improvements at 3 Pack Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System (TPDES)General Construction 7 Permit is required 8 b. Complete SWPPP in accordance with TCEQ requirements 9 1) TCEQ Small Construction Site Notice Required under general permit 10 TXRI 50000 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting, send 1 copy to City Department of 13 Transportation and Public Works,Environmental Division, (817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR 150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System (TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with TCEQ requirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division, (817)392-6088. 29 2) TCEQ Notice of Change required if making changes or updates to NOI 30 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division, (817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 L8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] S 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised July 1,2011 4' 2 44, oRT 0RTH 1„ 4 61,. 1. 11" DARKS AND COMMUNITY SERVICES 4 4 11„ 2 3- Project T■�tl 4 82' Funding r,n 12„ Contractor: 2, 2" Contractor's e__ 11,E 12' Questions on this Project Call: 2 12° (317) 392 m XXXX 1„ 12„ After Hours Call: (317) 392 - XXXX 3„ 14 win, http:// w.fortworthgov.org/projects 41„ 1- R1"TYP. 1"TYP. FONTS: MOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THIS PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY GAS LEASE REVENUE COLORS: IN ACTION"1 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 OFTY OF FAT WOM - ONMUCTM STAMMID DRAWING NO. 1 -H DATE: 01 58 13-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division l —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 Ytems bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of/4-inch fir plywood, grade A-C (exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD loa] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 39 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 60 00-1 PRODUCT REQUIREMENTS Pagel of 2 l 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. Resources102-Construction DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List,not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E. See Section 01 33 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised December 20,2012 01 60 00-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Joimson Modified Location of City's Standard Product List CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 66 00-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I 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 1 l B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised July 1,2011 01 66 00-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. I3 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 66 00-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 111 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 6600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Mobilization and Demobilization 8 a. Mobilization 9 1) Transportation of Contractor's personnel, equipment, and operating supplies 10 to the Site 11 2) Establishment of necessary general facilities for the Contractor's operation 12 at the Site 13 3) Premiums paid for performance and payment bonds 14 4) Transportation of Contractor's personnel,equipment, and operating supplies 15 to another location within the designated Site 16 5) Relocation of necessary general facilities for the Contractor's operation 17 from 1 location to another location on the Site. 18 b. Demobilization 19 1) Transportation of Contractor's personnel,equipment, and operating supplies 20 away from the Site including disassembly 21 2) Site Clean-up 22 3) Removal of all buildings and/or other facilities assembled at the Site for this 23 Contract 24 c. Mobilization and Demobilization do not include activities for specific items of 25 work that are for which payment is provided elsewhere in the contract. 26 2. Remobilization 27 a. Remobilization for Suspension of Work specifically required in the Contract 28 Documents or as required by City includes: 29 1) Demobilization 30 a) Transportation of Contractor's personnel,equipment,and operating 31 supplies from the Site including disassembly or temporarily securing 32 equipment, supplies, and other facilities as designated by the Contract 33 Documents necessary to suspend the Work. 34 b) Site Clean-up as designated in the Contract Documents 35 2) Remobilization 36 a) Transportation of Contractor's personnel, equipment, and operating 37 supplies to the Site necessary to resume the Work. 38 b) Establishment of necessary general facilities for the Contractor's 39 operation at the Site necessary to resume the Work. 40 3) No Payments will be made for: 41 a) Mobilization and Demobilization from one location to another on the 42 Site in the normal progress of performing the Work. 43 b) Stand-by or idle time 44 c) Lost profits CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRLJCTION SPECiFICATION DOCUMENTS 100396,101410&101411 Revised November 22,2016 01 70 00-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 3. Mobilizations and Demobilization for Miscellaneous Projects 2 a. Mobilization and Demobilization 3 1) Mobilization shall consist of the activities and cost on a Work Order basis 4 necessary for: 5 a) Transportation of Contractor's personnel,equipment, and operating 6 supplies to the Site for the issued Work Order. 7 b) Establishment of necessary general facilities for the Contractor's 8 operation at the Site for the issued Work Order 9 2) Demobilization shall consist of the activities and cost necessary for: 10 a) Transportation of Contractor's personnel,equipment, and operating I 1 supplies from the Site including disassembly for each issued Work 12 Order 13 b) Site Clean-up for each issued Work Order 14 c) Removal of all buildings or other facilities assembled at the Site for 15 each Work Oder 16 b. Mobilization and Demobilization do not include activities for specific items of 17 work for which payment is provided elsewhere in the contract. 18 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 19 a. A Mobilization for Miscellaneous Projects when directed by the City and the 20 mobilization occurs within 24 hours of the issuance of the Work Order. 21 B. Deviations from this City of Fort Worth Standard Specification 22 1. None. 23 C. Related Specification Sections include, but are not necessarily limited to: 24 1. Division 0---Bidding Requirements, Contract Forms and Conditions of the Contract 25 2. Division 1 —General Requirements 26 1.2 PRICE AND PAYMENT PROCEDURES 27 A. Measurement and Payment[Consult City Department/Division for direction on if 28 Mobilization pay item to be included or the item should be subsidiary. Include the 29 appropriate Section 1.2 A. 1.] 30 1 Mobilization and Demobilization f1fsuhsidiar;,1 31 a. Measure 32 1) This Item is considered subsidiary to the various Items bid. 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 are subsidiary to the various Items bid and no other compensation will be 36 allowed. 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 4. Mobilizations and Demobilizations for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by the Contract Documents 5 b. Payment 6 1) The Work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement"will be paid for at the unit 8 price per each "Work Order Mobilization" in accordance with Contract 9 Documents. Demobilization shall be considered subsidiary to mobilization 10 and shall not be paid for separately. 11 c. The price shall include: 12 l) Mobilization as described in Section I.1.A.3.a.1) 13 2) Demobilization as described in Section 1.1.A.3.a.2) 14 d. No payments will be made for standby, idle time, or lost profits associated this 15 Item. 16 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18 1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 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 per each"Work Order Emergency Mobilization" in accordance with 24 Contract Documents. Demobilization shall be considered subsidiary to 25 mobilization and shall not be paid for separately. 26 c. The price shall include 27 1) Mobilization as described in Section 1.I.A.4.a) 28 2) Demobilization as described in Section 1.1.A.3.a.2) 29 d. No payments will be made for standby, idle time, or lost profits associated this 30 Item. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] •37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2016 01 70 00-4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 PART 2- PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization, 5 a CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2016 FORTWORTH@ Section 01 71 23.01 - Attachment A Survey Staking Standards February 2017 X:\PLANNING& RESOURCE MANAGE ME NT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (ntt onlinemanuals.txdot. ov txdotmanuals ess ess. df} If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II, Construction Colors III. Standard Staking Supplies IV. Survey Equipment,Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII, Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS ' POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND PINK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS SANITARY SEWER ' IRRIGATION AND RECLAIMED WATER " III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6"tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Survey Marking Paint Water-based Flagging 1" wide Marking Whiskers(feathers) 6" long Tacks(for marking hubs) 3/4" long IV. Survey Equipment, Control and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.pov/itsolutions/GIS/ Look for`Zoning Maps'. Under'Layers', expand 'Basemap Layers',and check on `Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. A minimum of a 10 arc-second instrument is required. II. A copy of the latest calibration report may be requested by the City at anytime. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. IL Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete sanitary sewer,storm drain final grade,or anything that needs vertical-grading with a tolerance of 0.25'or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting,and Elevation (if applicable) of the point set. Control points can be set rebar, `X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked `control point'or similar wording. 11, Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A X:\PLANNING&RESOURCE MANAGE MENT\CAPfTAL PROJECTS fNFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983—StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert—Conformal—Conic Fa Ise_Easti ng: 1968500.00000000 Fa Ise_N ort h i ng: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude—Of Origin: 31,66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of wnat datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred Fife Naming Convention below F. Preferred Deliverable Format Axt csv dwg job G. Preferred Data Format P,N,E,Z,D,N X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground improvements at 3 Park Sites\09-SPECS\DOC'S\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Point Number, Northing, Easting, Elevation, Description, Notes(if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example fora progect that has surface coordinates which must be translated: File 1: C1234_As-built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Or � WI C� < V) ILL] F— J -;r p O L IL W 1016 EL.= 100.00' I- W _s i W a W M r� Q D d _ U €:� ~ Z: F— _ — W_ Ln = O LLJ J O 4 W _ i G9 J U Q W LL W —i Elf p f�] O0 LLJ O 0 P #1 N=5000.00 E=5000.00 X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS ACTIVE\CAG- Playground improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 V. Water Staking Standards A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb Ili. Meter should be staked a minimum of 4.5'away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC`S\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 8 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Example !slater Stakes X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC`S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 C %x � $3 , g » _ §. \ � k/ 0 - 0 < « O/ f @/ 7 moo . ƒ a@ _ LLJ Lj- � C-0 e Z \ � � � F- �AE , 0 < 3O f w ±u Bmw+ , \ Ia1 \ 2 � Lj- 0 / V) ® / § ._ E-,m1 \ z i \ � \ \ /e \ a§ s k§ \ \ _« LL ct 7 \ § §§E8 - \ S Ld § \ 1 6\ k § \ Z� \ \\ k U n+ /} Ld W§ \ § F— ]/ z q 2 §f G - §it 0 / ' 05 IN LsAI =+2 ƒ &2 e� 2 9.IDY / c ® M�£� ojD -: r R« �eN § �f$� § ?§2 § z XAPLANNING& RESOURCE MANAGEMENT\C qT EPROJECTS INFR S RuCTURGPRO EC S aCIVE AG- mpgrAndlmpmvemmb#3m&si! #oSPECyDOE'01712.1J1-mwmmenlASRe Staking kandawsdoc x Page 1 J2 Playground Improvements at Park Sites: Ee9sma@&333 Vi. Sanitary Sever Stalin A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted Vli. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 26 Playground Improvements at Park Sites: 100896,101410&101411 Example Sanitary Sewer Stakes X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 26 Playground Improvements at 3 Park Sites: 100996,101410&101411 [J � � I x 0 < � S srn= + °a te c-ate <- G-4'kjj Y W 0 z © L l 1-Id iA I1) r� a s ay I c I g3t� W LL x e[� CJ = sn- 12' O f 5 SS LL srA-3+711pua C-3�7',-J�w —'� (n t ` s �W mm�r I a z� CD -< ; 7' OJS QL SS £ A=1ta5 c-+°L rya Ld LL- Lj a i� Lj z wd �a W EL a w L� w a is w z WW 5w 7 a 7C, uiL La F Fir Cis E: �� 4 u�—..�d J hCrit ¢ fir- �iE F� F F�1g, � z ry�y O V7 aZ d4 AS�iy dq 24 JW_ 0 � �' / � �g sr�o-+ao �z c-s �� �-s � F+o Qa o 5� LL. a�'m GL' W } ]r Va Xmz < 12 0/S � sS 11 3: J W r W= 4CD �O •+2�j 2_rfl 7 U co H N� z N IL? 4 IDz 7 6 Z cc C7 X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01 Attachment A_Survey Staking Standards.docx Page 13 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 VII. Storm Serer & Inlet Staking A. Centerline Staking—Straight tine Tangents I. 1 offset stake every 200'on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ill. Stakes at every grade break IV. Cut sheets are required on all staking Optional:Actual stakes shotl consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves 1. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets 1. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet= 30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted Ill. RIM grade should only be on the stake when provided in the plans X:\PLANNING&RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING ) (BIDE FACING ) 0 P� Q FL.�.C;��,IhJI� f E' I IIF.IW[ IN LIEU QF PINKPAINTI) LATH_ m a TI z r m BACK BACK A.O.W.)(90E FJK]I�li.` {rtlE FAANG R.OcW_} IDENTIFIES *110H IDENTFIES%NHIGH MN7# END OF THE WIM POINT N ENO OF THE YANG BEING STAKED BEING STAKED y� NUB EI-EYAnoN o HLB ELVATION II INLET STATION (IF NOTED QN PLANS) + TfC IDENTIFIES GRADE TA TO TOP OF CURB � a IDENTIFIES GRADE FL TQ FLOWLINE I I LETS STANDARD 'ID' — 16' �—^ RECESSED IIY — 2d STANDARD DOUBLE 10' — 26.67' HUB WITH TACK 4 — ——— HEOESEED DOUBLE la'— 30-6r —————_ I I I 8AL1[ CF INLET µ�I I aI V. .4 ti �I k1AMFraLE ••. o I bl FtEh[ I gI o :l BAL4; OF Ct1PB I I BACK OF CURB —— "'-'— :WING•• ,'c r:-t-- t:• _•;`v FL—OYLINE FACE OF INLET FACE Cf INLET FLD4eLINE — GE OF PAVEMENT— EDGE OF PAVEMENT EDGE OF PAVEMENT —ERGE csF PAFEFAErJr— ED — X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 VIII. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50'on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 Example Curb & Gutter Stakes FRONT (SIDE FACING ) 41� FRONT IDanFIEs ENn FRONT (SDE FADING }POINTE OF NT e FRONT (SIDE: FACING CL) IDENTIFIES START PC (SIDE FACING PL) PONT OF CURVATDRE ul ov oc PT BACK jTIDEMnFiES OFFSET I$TO(SIDE FACING fl.4.V1) BACK OF OUFM OR F/0 FOR FIVE OF CUFB * N III I PCINT IIIs N ale I E I I CTO,MPEOF�CIIFM AvE IS NO DRAM♦: ON HUB ELEVATION o + ! IWINS POINTS I 11 I � p 0 NO FI AG('IN( --E-Qj !1 I � IN LIF i OF PINK K PAIN T ELI LATH F � _ r � r TOP OF CURB BACK OF CURB may` y C1 FACE OF CURB r I D L ___ L� � a FLO XI NE EOGE OF PAVFMENT Example Curb & Gutter Stakes at Intersection X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 e C } §k§� / � ± � 2k§ [ !! )§ \B( �� � k {§»b ¥ 7 § § ` j - 2 woo mEL La Z �Z c ��W »nag �\ k � � _ojo _, - - 2 § § 2 -dM _O£ N3VG b� IMVI m »n as � - `2 �§a�L R 2 - ■` �a § xx LJ `! • No �& � r /§$a- ®qx �ƒ } _ �� ` La \§ {3 -� X:LNNIN,- w.� . ,� w . . , .� ., w @GC§- Playground Improvemen ts kaPark§t«qg-PECK OcAol712 aE01 mBmmAlAsuRe Staking ganAms.dox PA mod AyaakWproa_A@a G&Sites: Sa9G £am&2a2 IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets,GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item I above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑ TOTAL Staking Method: ❑ GP5 STATION ❑ OTHER LOCATION: CONSULTANTICONTRACTOR SURVEY CREW INITIALS ALL GLADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. OFFSET PROP. STAKED PT# STATION -LTI+RT DESCRIPTION GRADE ELEV. GUT + FILL X:\PLANNING& RESOURCE MANAGE MENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 X. As-built Sulrveb A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section IV. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\D0C'S\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the plans with the point number noted by each asset. if the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC`S\017123.16.01 Attachment A_Survey Staking Standards.docx Page 21 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 XAPLANN|NGQ RESOURCE KxANAGEKVENT\CAP|TAL PROJECTS|NFRASTRU[TURE\PnOJ Playground improvements at3 Park 8itex\O9-SPE[S\DO['S\V17123.16.U1—utachmentA_SumeyStaking Standa,ds.ducx Page 2Zof2O r|aygmu^o/mpmvementsats Park Sites: STAD.Daw-1OWL AY.0"(W AW STOL 010]A-IrR4(F1DYD FART SrA. -AW-OWL rFIDYD AV RF4WE a S&VASE EXIST 1N N 1 JtOP 0JhATER FATE VALVE*REWCER OWN OT TO EXIST:B'W,TER F X IrT£E INSTAU,I-I£'SOUD SLEEITE STAD--M0--1E'WL � p llp I-IZX FAEDUM F Pp tledaEVAwr t!P'•@iVEIFI:HEl7l1 SISTAU. 5-dWL rA l:Ifi9NG95.8940 � I X-b9f702rSr25 I�ISTIdI, 1i�9rOBE31 E•P�S•37jt94 £-PP9&w-wo FIP.X G'A l IR TEE t PIAE tlY [AT Is 11IF ewonAYT LEAD crag x_x a 1&��TD3AD?89we E Fn}Wod //f E�=�rlgotarl �j Yu�'�Xr.'trsbll tl fir cur �3-f.MR R Fh•t RlA N BLK 6 �+ 51 M".7M-V !OT eaei, ud au lreanrr a fiEWVE EX1SI: 1'ur s_E grout GP.•F4 b \-m WN 7BN 62 12WATER !t S. So. P 11 GMSEb a,. _Am e SArl1UM S 4A wVIST.WE"E SrA0,32m •� Is A FIV4 Q F12.'45Vs=RT.FEND a,.•yorxr'wrum E 22WJIS307E STA O+oaw-DYP41(FUWD DRI STA STA atom-/Mr F0M.LSOLID SLEEVE if-I2'4YVERT.E'&YD F04YMM®END 57 Lx a,IE MER PIPE A%9w70=_1w I N1596 Gsj OMlrk*Cr TO EXIST.IrWF.R 2°. 037813 E-P2%301b370 610f1145AV9 E-229&W 8736 X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 23 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 26 Playground Improvements at 3 Park Sites: 100896,101410&101411 91Z6111-X 1" 7 tY'd lldt/ 011616WW1 1537YJ'dd AflJ�3-/1SM 117E 17iu1A9�W737V1d3d y3M3S k,YlNMS GAY 941VA! Nh Ux NOrE x i WIN � a � 4' 3N17.SS_'d0lld 05,0 V1S 31V17 N31VW '05.?f L !+f' CA '2 - a -- a _-- ::- :_._._. . " -- - a t#, $ . A _ t M� ns qq¢E aasa - X: L - - ' I _ P �dwdx 1n,n�J-S#/ S 9 Page 25 oT26 Playground Improvements at 3 Park Sites: 100896,101410&101411 -PSMfFARr SEWER i 4 Rw� nP ��w 1 , =_- - _-_-�- - _=__—_—_--_— F-^ -___3.CG�-Fr�3Y•� Y_�_______ -F __ -_ _- - ��� rG�� �C EME- _ vrr ��...x.tr== ___M_ 11: 1 1 1 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL-PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'5\017123.16.01_Attachment A_Survey Staking Standards.docx Page 27 of 27 Playground Improvements at 3 Park Sites: 100896,101410&101411 POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 125.668 GV RIM 3 6946307.399 2296038.306 726.85 GV RIM c&*-D1N 4 6946220.582 2296911.025 723.358 SSMH RIM ' p 5 6946195.23 2296015.116 722.123 GV RIM 6 6946190.528 2296022.721 722.325 FH �j I r' 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM _rx Ck4_-N�_f 9 6946003.056 2295933.418 713.652 CO RIM �T 10 6945984.677 2295880.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205 WM RIM } J N c A L 14 6945934.286 2295841.925 709.467 WM Rim 15 6945936.727 2295830.441 710.084 CO RIM C c o 16 6945835.678 2295799.707 707.774 SSMH RIM 17 6945817.489 2295827.011 709.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710,086 GV RIM 20 6945743.318 2295788,392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM p 22 6945682.21 2295744.22 716.686 WM RIM U 23 6945621,902 2295669.471 723.76 WM RIM ~� 24 6945643.407 2295736,03 719.737 CO RIM Of ��nn* � 25 6945571.059 2295655.195 727.514 SSMH RIM 1�T 26 6945539.498 2295667.903 729,123 WM RIM 7D 27 6945519,834 2295619.49 732,689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM �bh-� �O'�� 29 6945456.557 2295643.145 736.451 CO Rim t S 30 6945387.356 2295597.101 740.756 GV RIM -f FF ( Pit,) 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746,777 CO RIM 35 6945242.299 2295570.715 748.454 WM RIM 36 6945233,624 2295544.626 749.59 SSMH RIM p 37 6945206.493 2295529,305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049,02 2295527.345 752,257 SSMH RIM 0�7 41 6945041,024 2295552,675 751.79 WM RIM 42 6945038.878 7295552.147 751.88 WM RIM y shy, 43 6945006.397 2295518.135 752.61S WM RIM �t {f 44 6944944.782 2295520.635 752,801 WM RIM 45 6944943.432 2295556:479 752.156 WM RIM 46 6944860.416 2295534.397 752.986 SSMH RIM C. Other preferred as-built deliverable X:\PLANNING&RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 28 of 28 Playground Improvements at 3 Park Sites: 100896,101410&101411 Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground improvements at 3 Park Sites\09-SPECS\DOC'S\017123.16.01_Attachment A_Survey Staking Standards.docx Page 29 of 29 Playground Improvements at 3 Park Sites: 100896,101410&101411 -- ----- ---- ----- + � E l 1 z gg g 6 i g E a - ----- ------ --- ....... -- -- --- -------------------- - - - ---------------- - ----------------- q I E - F sg c Q X:\PLANNING& RESOURCE MANAGEMENT\CAPITAL PROJECTS INFRASTRUCTURE\PROJECTS_ACTIVE\CAG- Playground Improvements at 3 Park Sites\09-SPECS\DOC'S\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 30 of 30 Playground Improvements at 3 Park Sites: 100896,101410&101411 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 I 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 i —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 Item 19 are subsidiary to the various Items bid and no other compensation will be 20 allowed. 21 c. The price bid shall include,but not be limited to the following: 22 1) Verification of control data provided by City. 23 2) Placement, maintenance and replacement of required stakes and markings 24 in the field. 25 3) Preparation and submittal of construction staking documentation in the form 26 of"cut sheets"using the City's standard template. 27 2. Construction Survey 28 a. Measurement 29 1) This Item is considered subsidiary to the various Items bid. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item are subsidiary to the various Items bid and no other compensation will be 33 allowed. 34 3, As-Built Survey 35 a. Measurement 36 1) Measurement for this Item is considered subsidiary to the various Items bid. 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item are subsidiary to various Items bid and no other compensation will be 40 allowed. 41 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2 3 4 c. The price bid shall include,but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey-The survey measurements made prior to or while 13 construction is in progress to control elevation,horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3, Construction Staking The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 27 website)--01 71 23.16.01 Attachment A—Survey Staking Standards 28 2. City of Fort Worth- Standard Survey Data Collector Library(fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection)for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised February 14,2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 —Attachment A—Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards) . 11 2. Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a_ Contractor is responsible for preserving and maintaining stakes. if City 27 surveyors are required to re-stake for any reason,the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut,the Contractor shall perform 41 construction survey and verify control data including,but not limited to,the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 14,2018 01 71 23-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested,to verify the guidance system and 8 the line and grade of the carrier pipe. 9 G) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances(as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City)of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection,curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub-outs, dead-end lines 41 (5) Casing pipe(each end)and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines(non-gravity facilities)at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults(All sizes) 10 d) Fire hydrants 11 e) Valves (gate,butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves(Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2- PRODUCTS 29 A. A construction survey will produce,but will not be limited to: 30 1. Recovery of relevant control points, points of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations(benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers,floors,grade beams, parking 35 areas, utilities, streets, highways,tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent(817-392-7925). 42 5. Digital survey files in the following formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESR[ Shapefile(.shp) CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 1 c. CSV file(.csv), formatted with X and Y coordinates in separate columns(use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances. 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are l I based on generalities and,under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans I3 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft.tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line,these facilities should be staked with an accuracy producing no 23 more than 0.0511.tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water,telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas,these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance frofn'a specified location. 28 c. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.].A. 39 2. Vertical locations shall be established from a pre-established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 14,2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR/RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City,the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey"Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE-INSTALLATION [NOT USED] 15 3.7 FIELD IOR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 34 party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised February 14,2018 01 71 23-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 19 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text';revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 2/14/2018 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built survey"during"and "after"construction;and revised acceptable digital survey file format I CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised February 14,2018 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 L3 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 74 23-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 112 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED loR] OWNER-S]UPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 310 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 74 23-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City,the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items,which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic,adhesives, dust, dirt, stains,fingerprints,labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including,but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 74 23-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 77 19-1 CLOSEOUT REQUIREMENTS Page] of 3 1 SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised duly 1,2011 01 77 19-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 Ol 7423. 14 C. Final Inspection 15 l. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS 100896,101410&10 141 1 Revises!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 R 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] 25 313 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 017823-t OPERATION AND MAINTENANCE DATA Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2, Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 , All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 'h inches x I I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-leaf for each separate product,or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 £ Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable I5 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 78 23-3 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) AIignment, 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 78 23-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 £ Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 011823-5 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 01 78 39-1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 78 39-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible,to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements S 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET", CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 01 78 39-3 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 arc 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 l c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that l 1 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 FIELD [aR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 39 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Page I of 1 SECTION 02 41 13 2 SELECTIVE SITE DEMOLITION 3 PART1 - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing playground equipment 9 4. Removing misc. park signs 10 5. Removing playground drainage&safety material 11 6. Removing misc. park amenities 12 7. Removing miscellaneous concrete structures 13 8. Disposal of removed materials 14 B. Deviations this from 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 18 Contract 19 2. Division 1 General Requirements 20 3. Section 3123 23 —Borrow 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Remove Sidewalk: measure by the lump sum. 25 b. Remove ADA Ramp: measure by the lump sum. 26 c. Remove Playground Equipment: measure by the lump sum. 27 d. Remove Misc. Park Signs: measure by the lump sum. 28 e. Remove Playground Drainage& Safety Material: measure by the lump sum. 29 f. Remove Misc. Park Amenities: measure by the lump sum. 30 g. Remove Miscellaneous Concrete Structure: measure by the lump sum. 31 h. Disposal of removed materials: measure by the lump sum. 32 2. Payment 33 a. Remove Sidewalk: full compensation for saw cutting,removal, hauling, 34 disposal,tools,equipment,labor and incidentals needed to execute work. 35 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 36 as a wall footing) shall be paid as sidewalk removal. For utility projects,this 37 Item shall be considered subsidiary to the trench and no other compensation will 38 be allowed. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 4 1 b. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 2 hauling, disposal,tools,equipment, labor and incidentals needed to execute 3 work. Work includes ramp landing removal. For utility projects,this Item shall 4 be considered subsidiary to the trench and no other compensation will be 5 allowed. 6 c. Remove Playground Equipment: full compensation for saw cutting, removal, 7 hauling, disposal,tools, equipment, labor and incidentals needed to remove 8 playground equipment. For utility projects,this Item shall be considered 9 subsidiary to the trench and no other compensation will be allowed. 10 d. Remove Misc. Park Signs: full compensation for removal,hauling, disposal, 11 tools, equipment, labor and incidentals needed to remove signs. This Item shall 12 be considered subsidiary to the demo line item and no other compensation will 13 be allowed. 14 e. Remove Playground Drainage& Safety Material: full compensation for 15 removing materials, loading,hauling, unloading, and storing or disposal; 16 furnishing backfill material; and equipment, labor,tools, and incidentals. This 17 Item shall be considered subsidiary to the demo line item and no other 18 compensation will be allowed. 19 f. Remove Misc. Park Amenities: full compensation for removing materials, 20 loading,hauling,unloading, and storing or disposal; furnishing backfill material; 21 and equipment, labor,tools, and incidentals. This Item shall be considered 22 subsidiary to the demo line item and no other compensation will be allowed. 23 g. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 24 removal,hauling, disposal,tools, equipment, labor and incidentals needed to 25 execute work. For utility projects,this Item shall be considered subsidiary to the 26 trench and no other compensation will be allowed. 27 28 1.3 ADMINISTRATIVE REQUIREMENTS [NOT USED] 29 1.4 SUBMITTALS [NOT USED] 30 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 31 1.6 CLOSEOUT SUBMITTALS [NOT USED] 32 1.7 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 33 1.8 QUALITY ASSURANCE [NOT USED] 34 1.9 DELIVERY, STORAGE,AND HANDLING [NOT USED] 35 1.10 FIELD (SITE] CONDITIONS [NOT USED] 36 1.11 WARRANTY [NOT USED] 37 PART 2 - PRODUCTS 38 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 39 2.2 MATERIALS 40 A. Fill Material: See Section 3123 23. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 4 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 REMOVAL 8 A. Remove Sidewalk 9 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 10 2. Sawcut when removing to nearest joint is not practical. See 3 A.K. 11 B. Remove ADA Ramp 12 1. Sawcut existing curb and gutter and pavement prior to wheelchair ramp removal. 13 See 3 A.K. 14 2. Remove ramp to nearest existing dummy, expansion or construction joint on 15 existing sidewalk. 16 C. Remove Playground Equipment 17 1. Remove all playground equipment components above and below ground and 18 backfill with acceptable fill material. 19 2. Use caution in removing and salvaging materials. 20 D. Remove Misc. Park Signs 21 1. Remove all sign components above and below ground and backfill with acceptable 22 fill material. 23 2. Use caution in removing and salvaging materials. 24 3. Salvaged materials may be used to reconstruct signs as approved by City or as 25 shown on Drawings. 26 E. Remove Playground Drainage& Safety Material 27 1. Remove drainage pipe in original lengths. 28 2. Remove all safety material. 29 3. Remove bead wall or catch basin. 30 F. Remove Misc. Park Amenities 31 1. Remove park benches including the footings. 32 2. Remove picnic table tack wells. 33 3. Remove exiting trash cans in salvaging conditions when required. Relocate the 34 trash cans to a new locations. Before installation confirm location by the project 35 manager. 36 4. Sawcut when removing to nearest joint is not practical. See 3.4.K 37 G. Remove Miscellaneous Concrete Structure CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 4 1 1. Remove portions of miscellaneous concrete structures including foundations and 2 slabs that do not interfere with proposed construction to 2 feet below the finished 3 ground line. 4 2. Cut reinforcement close to the portion of the concrete to remain in place. 5 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 6 water. 7 H. Sawcut 8 1. Sawing Equipment 9 a. Power-driven 10 b. Manufactured for the purpose of sawing pavement I 1 c. In good operating condition 12 d. Shall not spall or fracture the pavement to the removal area 13 2. Sawcut perpendicular to the surface completely through existing pavement. 14 3.5 REPAIR [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED] 16 3.7 SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.2.Modified Payment-Items will be subsidiary to trench on utility projects 26 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 024114-1 UTILITY REMOVAUABANDONMENT Page 1 of 16 1 OSECTION 02 4114 2 UTILITY REMOVAL/ABANDONMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Direction for the removal, abandonment or salvaging of the following utilities: 7 a. Cathodic Protection Test Stations 8 b. Water Lines 9 c. Gate Valves 10 d. Water Valves I I e. Fire Hydrants 12 f. Water Meters and Meter Box 13 g. Water Sampling Station 14 h. Concrete Water Vaults 15 i. Sanitary Sewer Lines 16 j. Sanitary Sewer Manholes 17 k. Sanitary Sewer Junction Boxes 18 1. Storm Sewer Lines 19 m. Storm Sewer Manhole Risers 20 n. Storm Sewer Junction Boxes 21 o. Storm Sewer Inlets 22 p. Box Culverts 23 q. Headwalls and Safety End Treatments 24 r. Trench Drains 25 B. Deviations from this City of Fort Worth Standard Specification 26 1. None. 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 29 2. Division 1 —General Requirements 30 3. Section 03 34 13—Controlled Low Strength Material(CLSM) 31 4. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 32 5. Section 33 05 24—Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 6. Section 33 11 11 --Ductile Iron Fittings 34 7. Section 33 11 13—Concrete Pressure Pipe,Bar-wrapped, Steel Cylinder Type 35 8. Section 33 11 14—Buried Steel Pipe and Fittings 36 9. Section 33 12 25—Connection to Existing Water Mains 37 1.2 PRICE AND PAYMENT PROCEDURES 38 A. Utility Lines 39 1. Abandonment of Utility Line by Grouting 40 a. Measurement CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-2 UTILITY REMOVAIJABANDONMENT Page 2 of 16 1 1) Measurement for this Item shall be per cubic yard of existing utility line to 2 be grouted. Measure by tickets showing cubic yards of grout applied. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement" shall be paid for at the 6 unit price per cubic yard of"Line Grouting"for: 7 a) Various types of utility line 8 c. The price bid shall include: 9 1) Low density cellular grout or CLSM 10 2) Water 11 3) Pavement removal 12 4) Excavation 13 5) Hauling 14 6) Disposal of excess materials 15 7) Furnishing, placement and compaction of backfill 16 8) Clean-up 17 2. Utility Line Removal, Separate Trench 18 a. Measurement 19 1) Measurement for this Item shall be per linear foot of existing utility line to 20 be removed. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement" shall be paid for at the 24 unit price bid per linear foot of"Remove Line" for: 25 a) Various types of existing utility line 26 b) Various sizes 27 c. The price bid shall include: 28 1) Removal and disposal of existing utility pipe 29 2) Pavement removal 30 3) Excavation 31 4) Hauling 32 5) Disposal of excess materials 33 6) Furnishing,placement and compaction of backfill 34 7) Clean-up 35 3. Utility Line Removal, Same Trench 36 a. Measurement 37 1) This Item is considered subsidiary the proposed utility line being installed. 38 b. Payment 39 1) The work performed and materials furnished in accordance with this Item 40 are subsidiary to the installation of proposed utility pipe and shall be 41 subsidiary to the unit price bid per linear foot of pipe complete in place, and 42 no other compensation will be allowed. 43 4. Manhole Abandonment 44 a. Measurement 45 1) Measurement for this Item will be per each manhole to be abandoned. 46 b. Payment 47 1) The work performed and materials furnished in accordance with this Item 48 and measured as provided under"Measurement" shall be paid for at the 49 unit price bid per each"Abandon Manhole"for: CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 0241 14-3 UTILITY REMOVAL/ABANDONMENT Page 3 of 16 1 a) Various diameters 2 b) Various types 3 c. The price bid shall include: 4 1) Removal and disposal of manhole cone 5 2) Removal, salvage and delivery of frame and cover to City, if applicable 6 3) Cutting and plugging of existing sewer lines 7 4) Concrete 8 5) Acceptable material for backfilling manhole void 9 6) Pavement removal 10 7) Excavation 11 8) Hauling 12 9) Disposal of excess materials 13 10) Furnishing,placement and compaction of backfill 14 11) Surface restoration 15 12) Clean-up 16 5. Cathodic Test Station Abandonment 17 a. Measurement 18 1) Measurement for this Item will be per each cathodic test station to be 19 abandoned. 20 b. Payment 21 1) The work performed and materials furnished in accordance with this Item 22 and measured as provided under"Measurement" shall be paid for at the 23 unit price bid per each"Abandon Cathodic Test Station". 24 c. The price bid shall include: 25 1) Abandon cathodic test station 26 2) CLSM 27 3) Pavement removal 28 4) Excavation 29 5) Hauling 30 6) Disposal of excess materials 31 7) Furnishing,placement and compaction of backfill 32 8) Clean-up 33 B. Water Lines and Appurtenances 34 1. Installation of a Water Line Pressure Plug 35 a. Measurement 36 1) Measurement for this Item shall be per each pressure plug to be installed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" shall be paid for at the 40 unit price bid for each "Pressure Plug" installed for: 41 a) Various sizes 42 c. The price bid shall include: 43 1) Furnishing and installing pressure plug 44 2) Pavement removal 45 3) Excavation 46 4) Hauling 47 5) Disposal of excess material 48 6) Gaskets 49 7) Bolts and Nuts CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-4 UTILITY REMOVAL/ABANDONMENT Page 4 of 16 1 8) Furnishing, placement and compaction of embedment 2 9) Furnishing,placement and compaction of backfiIl 3 10) Disinfection 4 11) Testing 5 12) Clean-up 6 2. Abandonment of Water Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"shall be paid for at the 13 unit price bid for each"Water Abandonment Plug"installed for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 20 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing, placement and compaction of backflll 23 8) Clean-up 24 3. Water Valve Removal 25 a. Measurement 26 1) Measurement for this Item will be per each water valve to be removed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"shall be paid for at the 30 unit price bid per each "Remove Water Valve"for: 31 a) Various sizes 32 c. The price bid shall include: 33 1) Removal and disposal of valve 34 2) CLSM 35 3) Pavement removal 36 4) Excavation 37 5) Hauling 38 6) Disposal of excess materials 39 7) Furnishing,placement and compaction of backfill 40 8) Clean-up 41 4, Water Valve Removal and Salvage 42 a. Measurement 43 1) Measurement for this Item will be per each water valve to be removed and 44 salvaged. 45 b. Payment 46 1) The work performed and materials furnished in accordance with this Item 47 and measured as provided under"Measurement"shall be paid for at the 48 unit price bid per each"Salvage Water Valve"for: 49 a) Various sizes CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 024114-5 UTILITY REMOVALIABANDONMENT Page 5 of 16 1 c. The price bid shall include: 2 1) Removal and Salvage of valve 3 2) CLSM 4 3) Delivery to City 5 4) Pavement removal 6 5) Excavation 7 6) Hauling 8 7) Disposal of excess materials 9 8) Furnishing,placement and compaction of backfill 10 9) Clean-up 11 5. Water Valve Abandonment 12 a. Measurement 13 1) Measurement for this Item will be per each water valve to be abandoned. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 and measured as provided under"Measurement" shall be paid for at the 17 unit price bid per each"Abandon Water Valve"for: 18 a) Various Sizes 19 c. The price bid shall include: 20 1) Abandonment of valve 21 2) CLSM 22 3) Pavement removal 23 4) Excavation 24 5) Hauling 25 6) Disposal of excess materials 26 7) Furnishing, placement and compaction of backfill 27 8) Clean-up 28 6. Fire Hydrant Removal and Salvage 29 a. Measurement 30 1) Measurement for this Item will be per each fire hydrant to be removed. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement" shall be paid for at the 34 unit price bid per each "Salvage Fire Hydrant". 35 c. The price bid shall include: 36 1) Removal and salvage of fire hydrant 37 2) Delivery to City 38 3) Pavement removal 39 4) Excavation 40 5) Hauling 41 6) Disposal of excess materials 42 7) Furnishing,placement and compaction of backfill 43 8) Clean-up 44 7. Water Meter Removal and Salvage 45 a. Measurement 46 1) Measurement for this item will be per each water meter to be removed and 47 salvaged. 48 b. Payment CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-6 UTILITY REMOVAL/ABANDONMENT Page 6of16 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 each"Salvage Water Meter"for: 4 a) Various sizes 5 2) If a"Water Meter Service Relocate"is performed in accordance with 6 Section 33 12 10,removal and salvage or disposal of the existing(2-inch or 7 smaller)water meter shall be subsidiary to the cost of the"Water Meter 8 Service Relocate", no other compensation will be allowed. 9 c. The price bid shall include: 10 1) Removal and salvage of water meter 11 2) Delivery to City 12 3) Pavement removal 13 4) Excavation 14 5) Hauling 15 6) Disposal of excess materials 16 7) Furnishing,placement and compaction of backfill 17 8) Clean-up 18 8. Water Sampling Station Removal and Salvage 19 a. Measurement 20 1) Measurement for this Item will be per each water sampling station to be 21 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 each"Salvage Water Sampling Station". 26 c. The price bid shall include: 27 1) Removal and salvage of water sampling station 28 2) Delivery to City 29 3) Pavement removal 30 4) Excavation 31 5) Hauling 32 6) Disposal of excess materials 33 7) Furnishing,placement and compaction of backfill 34 8) Clean-up 35 9. Concrete Water Vault Removal 36 a. Measurement 37 1) Measurement for this Item will be per each concrete water vault to be 38 removed. 39 b. Payment 40 1) The work performed and materials furnished in accordance with this Item 41 and measured as provided under"Measurement" shall be paid for at the 42 unit price bid per each"Remove Concrete Water Vault". 43 c. The price bid shall include: 44 1) Removal and disposal of concrete water vault 45 2) Removal, salvage and delivery of frame and cover to City, if applicable 46 3) Removal, salvage and delivery of any valves to City, if applicable 47 4) Removal, salvage and delivery of any water meters to City, if applicable 48 5) Pavement removal 49 6) Excavation CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION,SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 024114-7 UTILITY REMOVAL/ABANDONMENT Page 7 of 16 1 7) Hauling 2 8) Disposal of excess materials 3 9) Furnishing,placement and compaction of backfill 4 10) Clean-up 5 C. Sanitary Sewer Lines and Appurtenances 6 1. Abandonment of Sanitary Sewer Line by Cut and installation of Abandonment Plug 7 a. Measurement 8 1) Measurement for this Item shall be per each cut and abandonment plug 9 installed. 10 b. Payment 11 1) The work performed and materials furnished in accordance with this Item 12 and measured as provided under"Measurement"shall be paid for at the 13 unit price bid for each"Sewer Abandonment Plug"for: 14 a) Various sizes 15 c. The price bid shall include: 16 1) Furnishing and installing abandonment plug 17 2) Pavement removal 18 3) Excavation 19 4) Hauling 24 5) CLSM 21 6) Disposal of excess material 22 7) Furnishing, placement and compaction of backfill 23 8) Clean-up 24 2. Sanitary Sewer Manhole Removal 25 a. Measurement 26 1) Measurement for this Item will be per each sanitary sewer manhole to be 27 removed. 28 b. Payment 29 1) The work performed and materials furnished in accordance with this Item 30 and measured as provided under"Measurement"shall be paid for at the 31 unit price bid per each"Remove Sewer Manhole"for: 32 a) Various diameters 33 c. The price bid shall include: 34 1) Removal and disposal of manhole 35 2) Removal, salvage and delivery of frame and cover to City, if applicable 36 3) Cutting and plugging of existing sewer lines 37 4) Pavement removal 38 5) Excavation 39 6) Hauling 40 7) Disposal of excess materials 41 8) Furnishing, placement and compaction of backfill 42 9) Clean-up 43 3. Sanitary Sewer Junction Structure Removal 44 a. Measurement 45 1) Measurement for this Item will be per each sanitary sewer junction 46 structure being removed. 47 b. Payment CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 024114-8 UTILITY REMOVAL./ABANDONMENT Page 8 of 16 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 lump sum bid per each "Remove Sewer Junction Box"location. 4 c. The price bid shall include: 5 l) Removal and disposal of junction box 6 2) Removal, salvage and delivery of frame and cover to City. 7 3) Pavement removal 8 4) Excavation 9 5) Hauling 10 6) Disposal of excess materials 11 7) Furnishing,placement and compaction of backfill 12 8) Clean-up 13 D. Storm Sewer Lines and Appurtenances 14 1. Abandonment of Storm Sewer Line by Cut and installation of Abandonment Plug 15 a. Measurement 16 1) Measurement for this Item shall be per each cut and abandonment plug to 17 be installed. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under"Measurement"shall be paid for at the 21 unit price bid for each"Storm Abandonment Plug" installed for: 22 a) Various sizes 23 c. The price bid shall include: 24 1) Furnishing and installing abandonment plug 25 2) Pavement removal 26 3) Excavation 27 4) Hauling 28 5) CLSM 29 6) Disposal of excess material 30 7) Furnishing, placement and compaction of backfill 31 8) Clean-up 32 2. Storm Sewer Manhole Removal 33 a. Measurement 34 1) Measurement for this Item will be per each storm sewer manhole to be 35 removed. 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 each "Remove Manhole Riser"for: 40 a) Various sizes 41 c. The price bid shall include: 42 l) Removal and disposal of manhole 43 2) Removal, salvage and delivery of frame and cover to City, if applicable 44 3) Pavement removal 45 4) Excavation 46 5) Hauling 47 6) Disposal of excess materials 48 7) Furnishing, placement and compaction of backfill 49 8) CIean-up CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised December 20,2012 024114-9 UTILITY REMOVAL/ABANDONMENT Page 9 of 16 1 3. Storm Sewer Junction Box Removal 2 a. Measurement 3 1) Measurement for this item will be per each storm sewer junction structure 4 to be removed. 5 b. Payment 6 1) The work performed and materials furnished in accordance with this Item 7 and measured as provided under"Measurement" shall be paid for at the 8 unit price bid per each"Remove Storm Junction Box"for: 9 a) Various sizes 10 c. The price bid shall include: I I I) Removal and disposal of junction box 12 2) Removal, salvage and delivery of frame and cover to City, if applicable 13 3) Pavement removal 14 4) Excavation 15 5) Hauling 16 6) Disposal of excess materials 17 7) Furnishing,placement and compaction of backfill 18 8) Clean-up 19 4. Storm Sewer Junction Structure Removal 20 a. Measurement 21 1) Measurement for this Item will be per each storm sewer junction structure 22 being removed. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"shall be paid for at the 26 lump sum bid per each"Remove Storm Junction Structure"location. 27 c. The price bid shall include: 28 1) Removal and disposal of junction structure 29 2) Removal, salvage and delivery of frame and cover to City, if applicable 30 3) Pavement removal 31 4) Excavation 32 5) Hauling 33 6) Disposal of excess materials 34 7) Furnishing, placement and compaction of backfill 35 8) Clean-up 36 5. Storm Sewer Inlet Removal 37 a. Measurement 38 1) Measurement for this Item will be per each storm sewer inlet to be 39 removed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under"Measurement" shall be paid for at the 43 unit price bid per each"Remove Storm Inlet"for: 44 a) Various types 45 b) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of inlet 4$ 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-10 UTILITY REMOVAL/ABANDONMENT Page 10 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing,placement and compaction of backfilI 4 7) Clean-up 5 6. Storm Sewer Junction Box Removal 6 a. Measurement 7 1) Measurement for this Item shall be per linear foot of existing storm sewer 8 box to be removed. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item l I and measured as provided under"Measurement" shall be paid for at the 12 unit price bid per linear foot of"Remove Storm Junction Box"for all sizes. 13 c. The price bid shall include: 14 1) Removal and disposal of Storm Sewer Box 15 2) Pavement removal 16 3) Excavation 17 4) Hauling 18 5) Disposal of excess materials 19 6) Furnishing,placement and compaction of backfill 20 7) Clean-up 21 7. Headwall/SET Removal 22 a. Measurement 23 1) Measurement for this Item will be per each headwall or safety end 24 treatment(SET)to be removed. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"shall be paid for at the 28 unit price bid per each "Remove Headwall/SET". 29 c. The price bid shall include: 30 1) Removal and disposal of Headwall/SET 31 2) Pavement removal 32 3) Excavation 33 4) Hauling 34 5) Disposal of excess materials 35 6) Furnishing,placement and compaction of backfill 36 7) Clean-up 37 8. Trench Drain Removal 38 a. Measurement 39 1) Measurement for this Item shall be per linear foot of storm sewer trench 40 drain to be removed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under"Measurement" shall be paid for at the 44 unit price bid per linear foot of"Remove Trench Drain" for: 45 a) Various sizes 46 c. The price bid shall include: 47 1) Removal and disposal of storm sewer line 48 2) Pavement removal 49 3) Excavation CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-11 UTILITY REMOVAL/ABANDONMENT Page I 1 of 16 1 4) Hauling 2 5) Disposal of excess materials 3 6) Furnishing,placement and compaction of backfill 4 7) Clean-up 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS 7 A. Coordination 8 1. Contact Inspector and the Water Department Field Operation Storage Yard for 9 coordination of salvage material return. 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] I5 1.10 DELIVERY,STORAGE,AND HANDLING 16 A. Storage and Handling Requirements 17 1. Protect and salvage all materials such that no damage occurs during delivery to the 18 City, 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER-FURNISHED IOR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 MATERIALS 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 REMOVAL, SALVAGE,AND ABANDONMENT 31 A. General CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-12 UTILITY RE MOVAUABANDONMENT Page 12 of 16 1 1. Manhole Abandonment 2 a. All manholes that are to be taken out of service are to be removed unless 3 specifically requested and/or approved by City. 4 b. Excavate and backfill in accordance with Section 33 05 10. 5 c. Remove and salvage manhole frame and cover as coordinated with City. 6 d. Deliver salvaged material to the City. 7 c. Cut and plug sewer lines to be abandoned. 8 f. Backfill manhole void in accordance with City Standard Details. 9 B. Water Lines and Appurtenances 10 1. Water Line Pressure Plugs 11 a. Ductile Iron Water Lines 12 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 13 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 14 with Section 33 11 11. 15 3) Perform Cut and Plug in accordance with Section 33 12 25. 16 b. PVC C900 and C905 Water Lines 17 1) Excavate, embed, and backfill in accordance with Section 33 05 10. 18 2) Plug with an MJ Plug with mechanical restraint and blocking in accordance 19 with Section 33 11 11. 20 3) Perform Cut and PIug in accordance with Section 33 12 25. 21 c. Concrete Pressure Pipe, Bar Wrapped, Steel Cylinder Type Water Lines 22 1) Excavate, embed, and backfill in accordance with Section 33 05 10 23 2) Plug using: 24 a) A fabricated plug restrained by welding or by a Snap Ring in 25 accordance with Section 33 11 13; or 26 b) A blind flange in accordance with Section 33 11 13 27 3) Perform Cut and Plug in accordance with Section 33 12 25. 28 d. Buried Steel Water Lines 29 1) Excavate,embed, and backfill in accordance with Section 33 05 10. 30 2) Plug using: 31 a) A fabricated plug restrained by welding in accordance with Section 33 32 11 14; or 33 b) A blind flange in accordance with Section 33 11 14 34 3) Perform Cut and Plug in accordance with Section 33 12 25. 35 2. Water Line Abandonment Plug 36 a. Excavate and backfill in accordance with Section 33 05 10. 37 b. Plug with CLSM in accordance with Section 03 34 13. 38 3. Water Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater from existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 4. Water Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Cut existing line from the utility system prior to removal. 47 c. Cut any services prior to removal. 48 d. Remove existing pipe Iine and properly dispose as approved by City. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-13 UTILITY REMOVAL/ABANDONMENT Page 13 of 16 1 5. Water Valve Removal 2 a. Excavate and backfill in accordance with Section 33 05 10, 3 b. Remove and dispose of valve bonnet,wedge and stem. 4 c. Fill valve body with CLSM in accordance with Section 03 34 13. 5 6. Water Valve Removal and Salvage 6 a. Excavate and backfill in accordance with Section 33 05 10. 7 b. Remove valve bonnet, wedge and stem. 8 c. Deliver salvaged material to the Water Department Field Operation Storage 9 Yard. 10 d. Protect salvaged materials from damage. 11 e. Fill valve body with CLSM in accordance with Section 03 34 13. 12 7. Water Valve Abandonment 13 a. Excavate and backfill in accordance with Section 33 05 10. 14 b. Remove the top 2 feet of the valve stack and any valve extensions. 15 c. Fill the remaining valve stack with CLSM in accordance with Section 03 34 13. I6 8. Fire Hydrant Removal and Salvage 17 a. Excavate and backfill in accordance with Section 33 05 10. 18 b. Remove Fire Hydrant. 19 c. Place abandonment plug on fire hydrant lead line. 20 d. Deliver salvaged fire hydrant to the Water Department Field Operation Storage 21 Yard. 22 e. Protect salvaged materials from damage. 23 9. Water Meter Removal and Salvage 24 a. Remove and salvage water meter. 25 b. Return salvaged meter to Project Representative. 26 c. City will provide replacement meter for installation. 27 d. Meter Box and Lid 28 1) Remove and salvage cast iron meter box lid. 29 2) Remove and dispose of any non-cast iron meter box lid. 30 3) Return salvaged material to the Water Department Field Operation Storage 31 Yard. 32 4) Remove and dispose of meter box. 33 10. Water Sample Station Removal and Salvage 34 a. Remove and salvage existing water sample station. 35 b. Deliver salvaged material to the Water Department Field Operation Storage 36 Yard. 37 11. Concrete Water Vault Removal 38 a. Excavate and backfill in accordance with Section 33 05 10. 39 b. Remove and salvage vault lid. 40 c. Remove and salvage valves. 41 d. Remove and salvage meters. 42 e. Deliver salvaged material to the Water Department Field Operation Storage 43 Yard. 44 f. Remove and dispose of any piping or other appurtenances. 45 g. Demolish and remove entire concrete vault. 46 h. Dispose of all excess materials. 47 12. Cathodic Test Station Abandonment 48 a. Excavate and backfill in accordance with Section 33 05 10 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-14 UTILITY REMOVAUASANDONMENT Page I4 of 16 1 b. Remove the top 2 feet of the cathodic test station stack and contents. 2 c. Fill any remaining voids with CLSM in accordance with Section 03 34 13, 3 C. Sanitary Sewer Lines and Appurtenances 4 1. Sanitary Sewer Line Abandonment Plug 5 a. Excavate and backfill in accordance with Section 33 05 10. 6 b. Remove and dispose of any sewage. 7 c. Plug with CLSM in accordance with Section 03 34 13. 8 2. Sanitary Sewer Line Abandonment by Grouting 9 a. Excavate and backfill in accordance with Section 33 05 10. 10 b. Dewater and dispose of any sewage from the existing line to be grouted. l I c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 12 or CLSM in accordance with 03 34 13. 13 d. Dispose of any excess material. 14 3. Sanitary Sewer Line Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 4. Sanitary Sewer Manholes Removal 20 a. All sanitary sewer manholes that are to be taken out of service are to be 21 removed unless specifically requested and/or approved by City. 22 b. Excavate and backfill in accordance with Section 33 05 10. 23 c. Remove and salvage manhole frame and cover. 24 d. Deliver salvaged material to the Water Department Field Operation Storage. 25 e. Demolish and remove entire concrete manhole. 26 f. Cut and plug sewer lines to be abandoned. 27 5. Sanitary Sewer Junction Structure Removal 28 a. Excavate and backfill in accordance with Section 33 05 10. 29 b. Remove and salvage manhole frame and cover. 30 c. Deliver salvaged material to the Water Department Field Operation Storage. 31 d. Demolish and remove entire concrete manhole. 32 e. Cut and plug sewer lines to be abandoned. 33 D. Storm Sewer Lines and Appurtenances 34 1. Storm Sewer Abandonment Plug 35 a. Excavate and backfill in accordance with Section 33 05 10. 36 b. Dewater line. 37 c. Plug with CLSM in accordance with Section 03 34 13. 38 2. Storm Sewer Line Abandonment by Grouting 39 a. Excavate and backfill in accordance with Section 33 05 10. 40 b. Dewater the existing line to be grouted. 41 c. Fill line with Low Density Cellular Grout in accordance with Section 33 05 24 42 or CLSM in accordance with 03 34 13. 43 d. Dispose of any excess material. 44 3. Storm Sewer Line Removal 45 a. Excavate and backfill in accordance with Section 33 05 10. 46 b. Remove existing pipe line and properly dispose as approved by City. 47 4. Storm Sewer Manhole Removal CPTY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 0241 14-15 UTILITY REMOVALIASANDONMENT Page 15 of 16 1 a. All storm sewer manholes that are to be taken out of service are to be removed 2 unless specifically requested and/or approved by City. 3 b. Excavate and backfill in accordance with Section 33 05 10. 4 c. Demolish and remove entire concrete manhole. 5 d. Cut and plug storm sewer lines to be abandoned. 6 5. Storm Sewer Junction Box and/or Junction Structure Removal 7 a. Excavate and backfill in accordance with Section 33 05 10. 8 b. Demolish and remove entire concrete structure. 9 c. Cut and plug storm sewer lines to be abandoned. 10 6. Storm Sewer Inlet Removal 11 a. Excavate and backfill in accordance with Section 33 05 10. 12 b. Demolish and remove entire concrete inlet. 13 c. Cut and plug storm sewer lines to be abandoned. 14 7. Storm Sewer Box Removal 15 a. Excavate and backfill in accordance with Section 33 05 10. 16 b. Cut existing line from the utility system prior to removal. 17 c. Cut any services prior to removal. 18 d. Remove existing pipe line and properly dispose as approved by City. 19 8. Headwall/SET Removal 20 a. Excavate and backfill in accordance with Section 33 05 10. 21 b. Demolish and remove entire concrete inlet. 22 c. Cut and plug storm sewer lines to be abandoned. 23 9. Storm Sewer Trench Drain Removal 24 a. Excavate and backfill in accordance with Section 33 05 10. 25 b. Remove existing pipe line and dispose as approved by City. 26 3.5 REPAIR/RESTORATION [NOT USED] 27 3.6 RE-INSTALLATION [NOT USED] 28 3.7 FIELD loe] SITE QUALITY CONTROL 29 3.8 SYSTEM STARTUP [NOT USED] 30 3.9 ADJUSTING [NOT USED] 31 3.10 CLEANING [NOT USED] 32 3.11 CLOSEOUT ACTIVITIES [NOT USED] 33 3.12 PROTECTION [NOT USED] 34 3.13 MAINTENANCE [NOT USED] 35 3.14 ATTACHMENTS [NOT USED] 36 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 0241 14-16 UTILITY REMOVAL/ABANDONMENT Page 16 of 16 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.C.3.c.—Include Frame and Cover in Payment description ]2/20/12 D.Johnson Throughout—added abandonment of storm and sewer manholes when requested and/or approved by City 2 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 024115-1 PAVING REMOVAL Page 1 of 3 1 SECTION 02 4115 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing concrete paving 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 1133 -Cement Treated Base Courses 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Remove Concrete Paving and Footing: measure by lump sum. 17 2. Payment 19 a. Remove Concrete Paving and Footing: full compensation for saw cutting, 19 removal,hauling, disposal,tools, equipment, labor and incidentals needed to 20 execute work. For utility projects,this Item shall be considered subsidiary to 21 the trench and no other compensation will be allowed. 22 b. No payment will be made for work outside maximum payment limits indicated 23 on plans, or for pavements or structures removed for CONTRACTOR's 24 convenience. 25 1.3 REFERENCES 26 A. ASTM International(ASTM): 27 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 28 Soil Using Standard Effort(12 400 ft-lbf/ft3 (600 kN-m/m3)) 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised February 2,2016 0241 15-2 PAVING REMOVAL Page 2 of 3 1 PART 2 - PRODUCTS 2 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 3 2.2 EQUIPMENT [NOT USED] 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 EXAMINATION [NOT USED] 8 3.2 INSTALLERS [NOT USED] 9 3.3 PREPARATION 10 A. General: 11 1. Mark paving removal limits for City approval prior to beginning removal. 12 2. Identify known utilities below grade- Stake and flag locations. 13 3.4 PAVEMENT REMOVAL 14 A. General. 15 1. Exercise caution to minimize damage to underground utilities. 16 2. Minimize amount of earth removed. 17 3. Remove paving to neatly sawed joints. 18 4. Use care to prevent fracturing adjacent,existing pavement. 19 B. Sawing 20 1. Sawing Equipment. 21 a. Power-driven. 22 b. Manufactured for the purpose of sawing pavement. 23 c. In good operating condition. 24 d. Shall not span or fracture the pavement structure adjacent to the removal area. 25 2. Sawcut perpendicular to the surface to full pavement depth, parallel and 26 perpendicular to existing joint. 27 3. Sawcut parallel to the original sawcut in square or rectangular fashion. 28 4. If a sawcut falls within 5 feet of an en existing dummy joint, construction joint, saw 29 joint,cold joint,expansion joint, edge of paving or gutter Iip,remove paving to that 30 joint, edge or lip. 31 5. If a pavement edge of a cut is damaged subsequent to saw cutting, saw to a new, 32 neat,straight line for the purpose of removing the damaged area. 33 C. Remove Concrete Paving 34 1. Sawcut: See 3.4.13. 35 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised February 2,2016 024115-3 PAVING REMOVAL Page 3 of 3 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 1 212 0/2 0 1 2 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2016 F.Griffin 1.2.A.2.b.—Removed duplicate last sentence. 13 CITY OF FORT WORTH Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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. Suspended slabs 12 e. Blocking 13 £ Cast-in-place manholes 14 g. Concrete encasement of utility lines 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include,but are not necessarily limited to: 18 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Cast-in-Place Concrete 22 1. Measurement 23 a. This Item is considered subsidiary to the structure or Items being placed. 24 2. Payment 25 a. The work performed and the materials furnished in accordance with this Item 26 are subsidiary to the structure or Items being placed and no other compensation 27 will be allowed. 28 1.3 REFERENCES 29 A. Definitions 30 1. Cementitious Materials 31 a. Portland cement alone or in combination with 1 or more of the fallowing: 32 1) Blended hydraulic cement 33 2) Fly ash 34 3) Other pozzolans 35 4) Ground granulated blast-furnace slag 36 5) Silica fume 37 b. Subject to compliance with the requirements of this specification 38 B. Reference Standards CITY OF FORT WORTH Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 033000-2 CAST-IN-PLACF 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. MI 82, Burlap Cloth Made from Jute or Kenaf. 6 3. American Concrete Institute(ACT): 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. ACT 306.1 Standard Specification for Cold Weather Concreting I 1 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. AI93, 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 f 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. C 150, 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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. C1017, Standard Specification for Chemical Admixtures for Use in Producing 8 Flowing Concrete. 9 y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened 10 Concrete. 11 z. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 12 Cement Concrete. 13 aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. 14 bb. El 155, 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. D 1.4, 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 25 1 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318,chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Submit alternate design mixtures when characteristics of materials, Project condi- 9 tions,weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on delivery ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysis. 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A firm experienced in manufacturing ready-mixed concrete products and that corn- 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 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. %-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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I00896,101410&101411 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, Wei-it Corporation, Tulsa, Oklahoma 29 b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma 30 c. Trubolt, Ramset hastening 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 3/4-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 3/4-inch bolt size, unless otherwise indicated. 15 1. 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 1/11, 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,I01410&101411 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 II 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, 3/4- 15 inch x I-inch. 16 b. Available Products 17 1) Colloid Environmental Technologies Company; Volelay 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 M182, 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 C 171,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-I I-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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-9 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 lI, 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 I1, 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 Cl09/C109M 45 2. Repair Overlayment CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-10 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 C 150,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 C 109 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 maybe 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-11 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 I 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 Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 03 30 00-12 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. I8 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of25 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- 1 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- 314 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- I/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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-14 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 corners 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 farm-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 furnished with 34 items to be embedded. 35 a. Install anchor rods, accurately located,to elevations required and complying 36 with tolerances in A]SC 303, Section 7.5. 37 1) Spacing within a bolt group: 1/8 inch 38 2) Location of bolt group (center): '/2 inch 39 3) Rotation of bolt group: 5 degrees 40 4) Angle off vertical: 5 degrees 41 5) Bolt projection: 1 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&10141 1 Revised December 20,2012 03 30 00-15 CAST-IN-PLACE CONCRETE Page IS 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. 1n 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-16 CASTJN-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 ACC 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:+3/8 inch 24 2) Members more than 8 inches deep:±1/2 inch 25 b. Concrete Cover to Formed or Finished Surfaces: f3/8 inches for members 8 26 inches deep or less;=l=1/2 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,1014I0&101411 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 1-112 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, I I 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 3I 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 ofACI 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 Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-18 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 (superplastieizer)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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,I01410&101411 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 formcd-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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-20 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 03 30 00-21 CAST-IN-PLACE CONCRETE Page21 of25 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 I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-22 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 C172 according to the following requirements: 8 1. Testing Frequency: Obtain I composite sample for each day's pour of each 9 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard,plus I set for 10 each additional 50 cubic yard or fraction thereof. 11 2. Slump: ASTM C 143; 1 test at point of placement for each composite sample,but 12 not less than I 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 C1064; 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 I 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 Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICA11ON DOCUMENTS 100996,101410& 101411 Revised December 20,2012 03 30 00-23 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 care 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± 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 OP FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-24 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 E1155, 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 OveraIl 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 3/4 inch 22 2) Top surfaces of formed slabs measured prior to removal of supporting 23 shores: f 3/4 inch 24 3) Top surfaces of all other slabs: =L'/4 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 3/4 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 03 30 00-25 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,20I2 12 68 14-1 PLAYGROUND EQUIPMENT Page I of 4 1 SECTION 12 68 14 2 PLAYGROUND EQUIPMENT 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Composite Playground Structure 7 2. Rope Climber 8 3. Spring Rider 9 4. Swing Structure 10 B. Related Specification Sections include but are not necessarily limited to 11 I. Division 0-Bidding Requirements,Contract Forms, and Conditions of the 12 Contract. 13 2. Division 1 -General Requirements. 14 3. Section 1168 13 - Site Furnishings 15 4. Section 1] 68 16 -Wood Fiber Playground Surfacing 16 5. Section 32 13 13 -Concrete Paving 17 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item shall be lump sum complete in place 22 2. Payment 23 a. The work performed and the materials furnished in accordance with this 24 Item shall be paid for at the unit price bid per lump sum 25 3. The price bid shall include: 26 a. Furnishing and installing the specified Inlet 27 b. Mobilization 28 c. Excavation 29 d. Hauling 30 e. Disposal of excess materials 31 £ Excavation,forming,backfill and compaction of footings 32 g. Concrete 33 h. Reinforcing steel 34 i. Clean-up 35 1.3 EFERENCES 36 A. Abbreviations and Acronyms 37 1. CPSC—U.S. Consumer Product Safety Commission 38 2. IPEMA - International Play Equipment Manufacturers Association 39 3. TAS—Texas Accessibility Standard CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 1268 14-2 PLAYGROUND EQUIPMENT Page 2 of 4 1 4. TDLR—Texas Department of Licensing and Regulation 2 B. Reference Standards 3 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 4 2. ASTM Designation F1487(Standard Consumer Safety Performance Specification 5 for Playground Equipment for Public Use) 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS 8 A. Submittals shall be in accordance with Section 01 33 00 9 B. Submittals must be received and approved by the Project Manager prior to ordering 10 equipment. 11 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 12 A. The Contractor shall be required to submit a Safety Plan indicating the use of 13 temporary construction fencing, sg image and barriers necessary to prevent park 14 users from utilizing unfinished equipment for Owner approval at the Pre- 15 Construction meeting. 16 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM 17 F1487 Standards including: 18 1. All paints and other similar finishes must meet the current CPSC regulation for lead 19 in paint(0.06 percent maximum lead by dry weight). 20 2. Regardless of the material or the treatment process,the manufacturer shall ensure 21 that the users of the playground equipment cannot ingest, inhale,or absorb any 22 potentially hazardous amounts of substances through body surfaces as a result of 23 contact with the equipment. 24 1.7 CLOSEOUT SUBMITTALS 25 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' 26 literature to the Project Manager prior to acceptance of the project. This shall include: 27 1. Operation and Maintenance Manuals 28 2. Warranty/Guarantee Documentation 29 1.8 MAINTENANCE MATERIAL SUBMITTALS 30 A. Spare Parts 31 B. Extra Stock Materials 32 C. Tools 33 1.9 QUALITY ASSURANCE 34 A. Qualifications 35 1. Manufacturers 36 2. Suppliers 37 3. Fabricators 38 4. Installers/Applicators/Erectors CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 68 14-3 PLAYGROUND EQUIPMENT Page 3 of 4 1 5. Testing Agencies 2 6. Licensed Professionals 3 B. Certifications 4 C. Preconstruction Testing 5 D. Field [Site] Samples 6 E. Mock-ups 7 1.10 DELIVERY,STORAGE,AND HANDLING 8 A. Protect from inclement weather: wet,damp, extreme heat or cold. 9 B. Store in a manner to prevent warpage,bowing or damage. 10 C. The Contractor will not be allowed to deliver on site and install any playground l I equipment until grading, mow strip, subsurface drainage and all other hardscape items 12 have been installed and approved by the Project Manager. The Contractor will be 13 required to remove any equipment from the site at own expense and at no additional 14 contract time if found to be in non-compliance to this specification note. 15 1.11 WARRANTY 16 A. Per manufacture specifications. 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 19 2.2 EQUIPMENT 20 A. Manufacturers 21 1. Approved play component structures for the selected playground prototype option 22 and ancillary equipment are listed in the Materials List in the plans. 23 2.3 ACCESSORIES [NOT USED] 24 2.4 SOURCE QUALITY CONTROL [NOT USED] 25 PART 3 - EXECUTION 26 3.1 EXAMINATION [NOT USED] 27 3.2 INSTALLERS 28 A. Substitution Limitations 29 3.3 PREPARATION 30 A. General: 31 1. Mark paving removal limits for City approval prior to beginning removal. 32 2. Identify known utilities below grade- Stake and flag locations. 33 3.4 INSTALLATION 34 A. GENERAL: All items shall be supplied by Contractor and installed as per 35 manufacturer's recommendations. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 68 14-4 PLAYGROUND EQUIPMENT Page 4 of 4 1 B. CONCRETE FOOTINGS: The finished grade of all concrete footings shall be set a 2 minimum twelve inches below the finish grade of surfacing material. 3 C. FASTENERS: All nuts and bolts shall be upset and tack welded to prevent disassembly 4 on all equipment that is not installed with specialized fasteners. 5 3.5 REPAIR [NOT USED] 6 3.6 RE-INSTALLATION 7 A. FALL ZONES: Contractor shall verify all fall zone clearances onsite prior to 8 installing the equipment. Notify the Landscape Architect of any conflicts or 9 discrepancies. The Contractor will be re uired to remove and reinstall any mow 10 strips/hardsca e at own expense and at no additional contract time if fall zone 11 discrepancies are found and require remedy. 12 3.7 FIELD QUALITY CONTROL [NOT USED] 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION 21 Revision Log DATE NAME SUMMARY OF CHANGE [2010 JAN 061 22 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 69 15 WOOD FIBER PLAYGROUND SURFACING Page 1 of 6 1 2 3 SECTION 12 69 15 4 WOOD FIBER PLAYGROUND SURFACING 5 6 PART 1—GENERAL 7 8 1.1 SUMMARY 9 10 A. Section Includes: 11 1. Composite Playground Structure 12 2. Rope Climber 13 3. Spring Rider 14 4, Swing Structure 15 B. Related Specification Sections include but are not necessarily limited to 16 1. Division 0-Bidding Requirements, Contract Forms,and Conditions of the 17 Contract. 18 2. Division 1 -General Requirements. 19 3. Section 1168 13 - Site Furnishings 20 21 1.2 PRICE AND PAYMENT PROCEDURES 22 A. Measurement and Payment 23 1. Measurement 24 a. Measurement for this Item shall be lump sum complete in place 25 2. Payment 26 a. The work performed and the materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per lump sum 28 3. The price bid shall include: 29 a. Furnishing and installing the specified Inlet 30 b. Mobilization 31 C. Excavation 32 d. Hauling 33 e. Disposal of excess materials 34 f. Excavation,forming,backfill and compaction of footings 35 g. Clean-up 36 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. CPSC—U.S. Consumer Product Safety Commission 40 2. IPEMA-International Play Equipment Manufacturers Association 41 3. TAS—Texas Accessibility Standard 42 4. TDLR—Texas Department of Licensing and Regulation CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 126915 WOOD FIBER PLAYGROUND SURFACING Page 2 of 6 43 B. Reference Standards 44 1. ASTM Designation F1487(Standard Consumer Safety Performance Specification 45 2. ASTM Designation F1487(Standard Consumer Safety Performance Specification for 46 Playground Equipment for Public Use) 47 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 48 1.5 SUBMITTALS 49 A. Submittals shall be in accordance with Section 01 33 00 50 B. Submittals must be received and approved by the Project Manager prior to ordering 51 equipment. 52 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 53 A. The Contractor shall be required to submit a Safety Plan indicating the use of 54 tempoM construction fencing, si na e and barriers necessary to prevent park users 55 from utilizing unfinished equipment for Owner approval at the Pre- Construction 56 meeting. 57 B. Submit manufacturers' documentation of product compliance with CPSC and ASTM F1487 58 Standards including: 59 1. All paints and other similar finishes must meet the current CPSC regulation for lead in 60 paint(0.06 percent maximum lead by dry weight). 61 2. Regardless of the material or the treatment process,the manufacturer shall ensure that the 62 users of the playground equipment cannot ingest, inhale, or absorb any potentially 63 hazardous amounts of substances through body surfaces as a result of contact with the 64 equipment. 65 1.7 CLOSEOUT SUBMITTALS 66 A. Submittals Prior to Project Acceptance—Contractor shall submit all manufacturers' literature 67 to the Project Manager prior to acceptance of the project. This shall include: 68 1. Operation and Maintenance Manuals 69 2. Warranty/Guarantee Documentation 70 1.8 MAINTENANCE MATERIAL SUBMITTALS 71 A. Spare Parts 72 B. Extra Stock Materials 73 C. Tools 74 1.9 QUALITY ASSURANCE 75 A. Qualifications 76 1. Manufacturers 77 2. Suppliers 78 3, Fabricators 79 4. Installers/Applicators/Erectors 80 5. Testing Agencies CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 12 69 15 WOOD FIBER PLAYGROUND SURFACING Page 3 of 6 81 6. Licensed Professionals 82 B. Certifications 83 C. Preconstruction Testing 84 D. Field [Site] Samples 85 E. Mock-ups 86 1.10 DELIVERY,STORAGE,AND HANDLING 87 A. Protect from inclement weather: wet, damp,extreme heat or cold. 88 B. Store in a manner to prevent warpage, bowing or damage. 89 C. The Contractor will not be allowed to deliver on site and install any playground equipment 90 until grading, mow strip,subsurface drainage and all other hardscape items have been 91 installed and approved by the Project Manager. The Contractor will be required to remove 92 any equipment from the site at own expense and at no additional contract time if found to be 93 in non-compliance to this specification note. 94 1.11 WARRANTY 95 A. Per manufacture specifications. 96 97 98 PART 2—PRODUCTS 99 100 2.1 MATERIALS 101 102 A. ENGINEERED WOOD FIBER SURFACING 103 104 1. Surfacing material shall consist of: 105 a. Hardwood tree stock in which 80% of material is 1"- 1 %2" in length X '/4" 106 to 3/8"diameter maximum size. A delivery ticket from the mill of origin will 107 be required to verify that material is 100%hardwood stock. Product must be 108 from virgin wood source and must prove to be non-toxic. It may not contain 109 any recycled wood products or any wood containing chemicals 110 b. The contractor shall be required to submit samples for approval.However, 111 approval shall in no way mean acceptance of material delivered to the site in 112 the event the Project Manager finds that the delivered material does not meet 113 specifications. In the event that the material delivered to the project sites is 114 found to be unacceptable,the Contractor shall be required to remove such 115 material off the site and provide acceptable material at their own cost. 116 c. Softwood fibers, standard wood chips, bark mulch,recycled wood 117 from pallets or waste wood, shredded or otherwise, twigs,bark, leaf 118 debris or other organic material incorporated within will not be 119 accepted. 120 d. Product must be from virgin wood source and must prove to be non-toxic. It 121 may not contain any recycled wood products or any wood containing 122 chemicals 123 124 2. All material shall be compacted to the depth indicated on plans. 125 126 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 69 15 WOOD FIBER PLAYGROUND SURFACING Page 4 of 6 127 B. DRAINAGE FABRIC 128 129 1. Product used shall be FibarFelt, DuraLiner, or aproved equal polyester nonwoven 130 engineering geotextile fabric. 131 2. Bidder will provide enough material to allow for 12" overlap on all seams. 132 133 134 C. DRAINAGE MATRIX 135 136 1. 4"diameter ADS perforated pipe with sock installed within the subgrade gravel 137 trench as indicated on plans. 138 139 D. WEAR MATS 140 141 1. Product used shall be per playground equipment manufacturer's recommendation 142 and meet ASTM F1292-91 playground surfacing standard for a drop height not to 143 exceed 3.5 feet.Must be installed under all swings and slides to preserve 144 warranty. Method of installation/anchorage shall be per manufacturer's 145 recommendations. 146 147 PART 3 -SPECIAL REQUIREMENTS 148 149 3.1 QUALITY CONTROL 150 151 A. The Bidder will provide the owner or its designated contractor with all necessary licenses 152 prior to start of construction in accordance with U. S.Patents. 153 154 B. Supplier must provide test results for impact attenuation in accordance with ASTM 155 F1292-93; Standard Specification for Impact Attenuation of Surface Systems Under and 156 Around Playground Equipment. Results must be provided for new material and for 5- 157 year-old material. 158 159 C. Testing must show "g" ratings of not more than 130g for the 8" thick system, or 65g for 160 the 12" system at 12'fall heights, and HIC values of less than 1,000 for both new and 8- 161 year-old material. 162 163 D. Product must be wheelchair accessible and meet the requirements of the 1990 Americans 164 with Disabilities Act(ADA) in accordance with ASTM PS83-97. 165 166 E. The Bidder will provide copies of flammability testing procedures and results using(i) 167 Section 1500.44 of the Federal Hazardous Substance Act, Title 16, Chapter II, 168 Subchapter C, for rigid and pliable solids, and(i i) 16 CFR Part 1630 Standard for the 169 Surface Flammability of Carpets and Rugs(FF 1-70), Modified Procedure. Testing 170 should be performed by an independent testing laboratory. 171 172 F. The Bidder will provide copies of testing procedures and results of(i)new shredded 173 wood fibre, and(ii)shredded wood fibre not less than five years old taken from an 174 existing site,performed by an independent testing source using the ASTM F1292-91 175 playground safety surfacing standard. 176 177 G. The Bidder will provide at least three references of handicapped-accessible CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 12 69 15 WOOD FIBER PLAYGROUND SURFACING Page 5 of 6 178 Playgrounds that have been installed with said surface. 179 180 181 182 183 3.2 WARRANTY 184 185 All materials and labor under this Section shall be installed by a contractor authorized by the 186 manufacturer. Safety surface shall be warranted for labor and materials for a period of no less 187 than two years. Written warranty must be submitted by the manufacturer and the authorized 188 installer. 189 190 PART 4—EXECUTION 191 192 4.1 EXAMINATION [NOT USED] 193 4.2 INSTALLERS 194 A. Substitution Limitations 195 4.3 PREPARATION 196 A. Installer shall thoroughly examine the site and specifications, carefully checking the 197 dimensions before starting work. 198 4.4 SUBGRADE 199 200 1. The subgrade shall be graded a minimum of 1.5% (percent)—max. 2%.All roots, 201 stones, and vegetation shall be removed. 202 2. The drainage matrix must be connected to the drainage system. 203 3. The first 6" of subgrade shall be compacted to at least 95 percent of the dry density, 204 as determined by the provisions of AASHTO or T 205, as modified in 203.24. 205 206 4.5 APPLICATION 207 208 A. Wood fiber surfacing system with gravel and sub drain. Install per plans and 209 specifications. 210 211 a. Aggregate Drainage Material 212 213 1. Install sub drain trench per plan. 214 2. Cover subgrade with washed stone, 3/8"to 1/2"diameter, at a uniform 215 depth of three inches. 216 3. Install drainage fabric over drainage aggregate, overlapping all seams by 217 at least 12". Cut to fit around equipment as necessary and overlap seams 218 as previously mentioned. 219 4. Install wood fiber safety surfacing at the depth indicated on plans 220 (compacted).Contractor shall be responsible for applying additional 221 material as required in order to maintain safety surface finish elevation 222 and anticipated settling for a period of sixty(60)days following project 223 acceptance. 224 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 69 15 WOOD FIBER PLAYGROUND SURFACING Page 6 of 6 225 226 227 228 END OF SECTION 229 Revision Log DATE NAME SUMMARY OF CHANGE 230 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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. Remove existing benches,picnic grills and picnic tables. 11 2. Furnish and install exterior benches, litter receptacles,picnic grills, picnic tables. 12 3. Furnish and install basketball goal with back board and netting. 13 4. Furnish and install light poles. 14 5. Furnish and install pre-manufactured pavilion. 15 6. Furnish and install ADA and trail traffic signs. 16 7. Warranty and replacements 17 8. Provide touch-up paint 18 1.3 REFERENCES 19 A. Requirements of Regulatory Agencies: 20 1, Perform work in accordance with all applicable laws, codes and regulations required. 21 B. American Association of State Highway and Transportation Officials(AASHTO): 22 1. AASHTO LTS-4 - Standard Specifications for Structural Supports for Highway Signs, 23 Luminaires and Traffic Signals 24 C. ASTM International(Formerly known as American Society for Testing and Materials): 25 1. ASTM A 123 - Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel 26 Products 27 2. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 28 ksi Minimum Tensile Strength 29 3. ASTM A507- Standard Specification for Drawing Alloy Steel, Sheet and Strip, Hot- 30 Rolled and Cold-Rolled 31 4. ASTM B26/1326M - Standard Specification for Aluminum-Ahoy Sand Castings 32 5. ASTM B85 - Standard Specification for Aluminum-Ahoy Die Castings 33 6. ASTM B 137- Standard Test Method for Measurement of Coating Mass per Unit Area 34 on Anodically Coated Aluminum 35 7. ASTM B209- Standard Specification for Aluminum and Aluminum-Alloy Sheet and Plate 36 8. ASTM B221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded Bars, 37 Rods, Wire, Profiles, and Tubes 38 9. ASTM D635 - Standard Test Method for Rate of Burning and/or Extent and Time of 39 Burning of Plastics in a Horizontal Position CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 93 00-2 FURNISHINGS Page 2 of 5 40 10. ASTM D 1056 - Standard Specification for Flexible Cellular Materials- Sponge or 41 Expanded Rubber 42 11. ASTM D 1400- Standard Test Method for Nondestructive Measurement of Dry Film 43 Thickness of Nonconductive Coatings Applied to a Nonferrous Metal Base 44 12. ASTM D2240 - Standard Test Method for Rubber Property-Durometer Hardness 45 D. National Fire Protection Association(NFPA): NFPA 70-National Electrical Code(NEC) 46 E. The Society for Protective Coatings (Formerly known as Steel Structures Painting Council) 47 (SSPC): SSPC-SP 10 -Near-White Blast Cleaning 48 F. Underwriters Laboratories,Inc. (UL): 49 1. UL 496 -UL Standard for Safety Edison-Base Lampholders 50 2. UL 508 -UL Standard for Safety Industrial Control Equipment 51 3. UL 542 - UL Standard for Safety Lampholders, Starters, and Starter Holders for 52 Fluorescent Lamps 53 4. UL 935 -UL Standard for Safety Fluorescent-Lamp Ballasts 54 5, UL 1029-UL Standard for Safety High-Intensity-Discharge Lamp Ballasts 55 6. UL 1598 -UL Standard for Safety Luminaires 56 1.3 QUALITY ASSURANCE 57 A. Installer qualifications: minimum of 5 years of experience in installation of site furnishings, 58 premanufactured pavilions and light poles. Provide documentation of specific project experience 59 and references as required by Owner. 60 1.4 SUBMITTALS 61 A. Submit manufacturer's product data and warranty for each type of furniture or material specified, 62 including finish and color indicated including light pole and fixture. Submit cut sheets for ADA 63 signage. 64 B. Submit footing detail as recommended by the manufacturer for each type of site furniture 65 including pavilion. 66 C. Submit manufacturer's installation instructions. 67 D. Samples: 68 l. 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. 75 C. Deliver and unload at the site on pallets and bound in such a manner that no damage occurs to CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 93 00-3 FURNISHINGS Page 3 of 5 76 the product. 77 D. Store products in a manner which will preclude all damages. Damaged materials will be rejected. 78 Remove al I 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. All playground equipment is pre-approved equipment with the exception of Summerbrook Park 87 equipment. All remaining component structures are not subject for substitution. 88 C. Substitutions: Under provisions of General and Special Conditions and Drawings. Substitutions 89 must be of equal quality of material and finish specified. All substitutions must be approved by 90 Park and Recreation Department and Landscape Architect prior to bid submittal with explanation 91 of variances to specified items. 92 D. General Requirements for Mounting Poles for signs: 93 1. Mounting poles: Steel, straight, round,and as shown.Complete assembly of anchor bolts, 94 pole, arms,and luminaire designed to withstand wind pressure (P)developed by wind speed 95 (V) of 80 MPH, in accordance with AASHTO LTS-4. Pole assembly to be designed in 96 accordance with AASHTO requirements for permissible stresses, deflection, vibration, and 97 fatigue. Ratio of deflection to pole height under action of applicable static loading not to 98 exceed 1/60. 99 2.2 CONCRETE 100 A. ASTM C94 ready mixed concrete, minimum 28 day compressive strength of 3,000 psi, air- 101 entrained 2% to 45. 102 103 B. Grout: Section 03305, "Portland Cement Concrete", nonshrink. Where recommended 104 by manufacturer. Prime surfaces to be grouted 105 2.3 FII+TISIIES 106 A. Specified on drawings. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 12 93 00-4 FURNISHINGS Page 4 of 5 107 PART 3 EXECUTION 108 3.1 INSPECTION 109 A. Examine final grades and installation conditions. Do not proceed with work until unsatisfactory 110 conditions are corrected. 111 B. Beginning of installation means acceptance of existing conditions. 112 3.2 PREPARATION 113 A. Remove foreign substances from surfaces to receive metal items. 114 B. Locate and layout all site furniture and site accessories. Obtain Owner's Representative's 115 acceptance of layout prior to installation. 116 C. Coordinate setting drawings, diagrams,templates, instructions and directions for the installation 117 of items having integral anchors which are to be embedded in concrete construction. Coordinate 118 delivery of such items with concrete work. 119 D. Restore protective covering that have been damaged in shipment or in the installation of the item. 120 Remove protective covering from surfaces only when there is no possibility of damage from 121 work yet to be performed after installation. Retain covering on all similarly finished items and 122 remove only when all are in place to preclude non-uniform oxidation and discoloration. 123 3.4 INSTALLATION OF SITE FURNISHINGS 124 A. Install where and as shown on plans and details. Install per Manufacturer's directions. Install 125 all pieces level and plumb. 126 B. Provide and install vandal-proof anchors into pavement to secure the site furnishings. 127 C. Paint exposed installation hardware to match furnishing color. 128 D. Shim and level furnishings as required at approved locations. 129 E. Guard against staining or damaging of existing pavements and plantings where site furnishings 130 are to be installed. 131 F. Provide Owner with manufacturer's touch-up paint(1 pint minimum)for each painted furnishing. 132 Supply literature necessary for ordering touch-up paint at a later date. 133 3.5 TOLERANCES 134 A. Maximum Variation From Plumb: 1/32 inch per foot. 135 3.6 CLEANING 136 A. Perform cleaning during installation of the work and upon completion of the work. Maintain CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,10I410&101411 12 93 00-5 FURNISHINGS Page 5 of 5 137 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 138 damage resulting from play fields and equipment installation. 139 3.7 CLEANING/TOUCH-UP 140 A. As Work proceeds, promptly remove concrete where spilled, splashed, or spattered onto site 141 furniture. 142 B. During progress of Work maintain premises free of unnecessary accumulation of tools, 143 equipment, surplus materials,and debris. 14 4 C. Perform cleaning during installation of the work and upon completion of the work. Maintain 145 clean surfaces until final acceptance. Remove from site all debris and equipment. Repair all 146 damage resulting from furniture and equipment installation. Replace damaged furniture as 147 requested by the Owner's Representative. 148 149 END OF SECTION 150 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 260500-1 COMMON WORK RESULTS FOR ELECTRICAL Page I of 5 1 SECTION 26 05 00 2 COMMON WORK RESULTS FOR ELECTRICAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. All labor,materials and equipment required to install,test and provide an 7 operational, electrical system as specified and as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Electrical Facilities 16 a. Measurement 17 1) Measurement for this Item shall be by lump sum. 18 b. Payment 19 1) The work performed and materials furnished in accordance to this Item 20 shall be paid for at the lump sum price bid for"Electrical Facilities". 21 c. The price bid shall include: 22 1) Furnishing and installing a complete electrical system 23 2) Wire 24 3) Cable 25 4) Conduit and related hardware 26 5) Supports 27 6) Excavation 28 7) Furnishing,placement and compaction of backfill 29 8) Hauling 30 9) Clean-up 31 2. Furnish and Install Electrical Service 32 a. Measurement 33 1) Measurement for electrical service shall be per each type and size furnished 34 and installed. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid for"Furnish/Install Electrical 38 Service"shall be made at the price bid per each type and size installed. 39 c. The price bid shall include all aspects of completing the installation of electrical 40 service including, but not limited to: 41 1) Conduit CITY OF FORT WORTH Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 26 05 00-2 COMMON WORK RESULTS FOR ELECTRICAL Page 2 of 5 1 2) Pole risers 2 3) Meter base 3 4) Breaker box 4 5) Breakers 5 6) Coordination with Electrical Service Provider 6 3. Install Electrical Service 7 a. Measurement 8 1) Measurement for electrical service shall be per each type and size installed. 9 b. Payment I0 1) The work performed and the materials furnished in accordance with this 11 Item shall be paid for at the unit price bid for"Install Electrical Service" 12 shall be made at the price bid per each type and size installed. 13 c. The price bid shall include all aspects of completing the installation of electrical 14 service including, but not limited to: 15 1) Conduit 16 2) Pole risers 17 1.3 REFERENCES 18 A. Reference Standards 19 1. Reference standards cited in this Specification refer to the current reference 20 standard published at the time of the latest revision date logged at the end of this 21 Specification, unless a date is specifically cited. 22 2. Underwriters Laboratories,Inc. (UL) 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination 25 1. Where references are made to the Related Work paragraph in each Specification 26 Section,referring to other Sections and other Divisions of the Specifications,the 27 Contractor shall provide such information or Work as may be required in those 28 references, and include such information or Work as may be specified. 29 2. Division 26 requirements apply to electrical work provided under any division of 30 the Specifications 31 B. Service and Metering 32 1. Obtain service from the electric service provider at 120/240 Volts, Single Phase, 33 Three Wire, 60 Hz from transformer equipment furnished and installed by the 34 power company. 35 2. Power company responsibilities 36 a. Furnishing and installing the primary overhead conductors and pole line 37 b. Furnishing and installing the transformer or riser pole,primary cutouts, 38 lightning arresters and grounding 39 c. Furnishing and installing primary conduits and cables 40 d. Furnishing and installing the transformer pad and grounding(if pad-mounted 41 transformer) 42 e. Furnishing and installing transformer 43 f. Terminating underground primary cables 44 g. Furnishing metering current transformers(CT's),meter and meter wiring 45 h. Terminating secondary cables to the service transformer CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 260500-3 COMMON WORK RESULTS FOR ELECTRICAL Page 3 of 5 1 i. Furnishing meter base and enclosure 2 3. Contractor responsibilities 3 a. Furnishing and installing secondary conduits and cables 4 b. Furnishing and installing power company approved metering current _ 5 transformer enclosure(if required by power company) 6 c. Installing meter base 7 d. Furnishing and installing an empty conduit with pull line from the metering 8 current transformer enclosure to the meter enclosure. Conduit size and type 9 approved by the power company 10 e. Coordinating electrical service installation with power company 11 4. City responsibilities 12 a. Negotiating with power company for the costs of new or revised services 13 b. Making payment directly to power company for such costs 14 C. Codes, Inspections and Fees 15 1. Obtain all necessary permits and pay all fees required for permits and inspections. 16 1.5 SUBMITTALS [NOT USED] 17 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE 21 A. Materials and Equipment 22 1. New, except where specifically identified on the Drawings to be reused. 23 2. UL listed,where such listing exists. 24 3. Electrical service 25 a. Service type shall be as shown on the Drawings. 26 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY 29 A. Manufacturer Warranty 30 1. Manufacturer's warranties are specified in each of the Specification Sections. 31 PART 2- PRODUCTS [NOT USED] 32 PART 3- EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION 35 A. Interpretation of Drawings CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410& 101411 Revised November 22,2013 26 05 00-4 COMMON WORK RESULTS FOR ELECTRICAL Page 4 of 5 1 1. Coordinate the conduit installation with other trades and the actual supplied 2 equipment. 3 2. Where circuits are shown as home runs: Provide fittings and boxes for complete 4 raceway installation. 5 3. Verify exact locations and mounting heights of lighting fixtures,switches and 6 receptacles prior to installation. 7 3.3 PREPARATION [NOT USED] 8 3.4 INSTALLATION 9 A. Phase Balancing 10 1. Connect circuits on motor control centers and panelboards to result in evenly 11 balanced loads across all phases. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD IoR] SITE QUALITY CONTROL [NOT USED] 15 3.8 SYSTEM STARTUP 16 A. Tests and Settings 17 1. Test systems and equipment furnished under Division 26. 18 2. Repair or replace all defective work. 19 3. Make adjustments to the systems as specified and/or required. 20 4. Prior to energizing electrical equipment, make all tests required by the individual 21 Specification sections. 22 a. Submit a sample test form or procedure. 23 b. Submit the required test reports and data within 30 days after the test. 24 c. Include names of all test personnel. 25 d. Initial each test. 26 5. Check wire and cable terminations for tightness. 27 6. Verify all terminations at transformers, equipment, capacitor connections, panels, 28 and enclosures by producing a 1 2 3 rotation on a phase sequence motor when 29 connected to A, B, and C phases. 30 7. Inspect, set, and test mechanical operation for circuit breakers, disconnect switches, 31 motor starters, and control equipment. 32 8. Check interlocking, control and instrument wiring for each system and/or part of a 33 system to prove that the system will function properly as indicated by schematic 34 and wiring diagrams. 35 9. Schedule and coordinate testing with the City at least 2 weeks in advance. 36 10, Provide qualified test personnel, instruments and test equipment. 37 11. Refer to the individual equipment Sections for additional specific testing 38 requirements. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revises!November 22,2013 26 05 00-5 COMMON WORK RESULTS FOR ELECTRICAL Page 5 of 5 1 3.9 ADJUSTING [NOT USED] 2 3.10 CLEANING [NOT USED] 3 3.11 CLOSEOUT ACTIVITIES [NOT USED] 4 3.12 PROTECTION [NOT USED] 5 3.13 MAINTENANCE [NOT USED] 6 3.14 ATTACHMENTS [NOT USED] 7 END OF SECTION S Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added installation only pay item for electrical services 9 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 311000-1 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 is considered subsidiary to the various Items 23 bid.No separate payment will be allowed for this Item. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item is considered subsidiary to the various Items bid. No separate 27 payment will be allowed for this Item.. 28 c. The price bid shall include: 29 1) Pruning of designated trees and shrubs 30 2) Removal and disposal of trees, structures and obstructions 31 3) Backfilling of holes 32 4) Clean-up 33 2. Tree Removal (typically included in "Site Clearing",but should be used if"Site 34 Clearing" is not a bid item) 35 a. Measurement 36 1) Measurement for this Item shall be lump sum. 37 b. Payment 38 1) The work performed and the materials furnished in accordance with this 39 Item is considered subsidiary to the "demo" bid Items. No separate 40 payment will be allowed for this Item.: 41 a) Various caliper ranges c. The price bid shall include: 1) Pruning of designated trees and shrubs CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 31 10 00-2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) CIean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item is considered subsidiary to the various Items 8 bid. No separate payment will be allowed for this Item.. 9 b. Payment 10 1) The work performed and the materials furnished in accordance with this 11 Item is considered subsidiary to the "demo"bid Items.No separate 12 payment will be allowed for this Item: 13 a) Various caliper ranges 14 c. The price bid shall include: 15 1) Pruning of designated trees and shrubs 16 2) Removal and disposal of structures and obstructions I7 3) Grading and backfilling of holes 18 4) Maintaining tree until Work is completed 19 5) Replanting tree into original or designated location 20 6) Excavation 21 7) Fertilization 22 8) 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. Preinstailation 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 19 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 I0 with the City,the Engineer and the Landowner, if necessary,to confirm trees to be I saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details, protected trees shall be 17 fenced by placing 6-foot tall metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line, unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line,the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 %2 21 gauge stock fencing or orange plastic snow fence shall be attached to the T-posts to 22 form the enclosure. 23 4. Do not park equipment, service equipment, store materials,or disturb the root area 24 under the branches of trees designated for preservation. 25 5. When shown on the Drawings,treat cuts on trees with an approved tree wound 26 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 27 the tree. 28 6. Trees and brush shall be mulched on-site. 29 a. Burning as a method of disposal is not allowed. 30 B. Hazardous Materials 31 1. The Contractor will notify the Engineer immediately if any hazardous or 32 questionable materials not shown on the Drawings are encountered. This includes; 33 but not limited to: 34 a. Floor tiles 35 b. Roof tiles 36 c. Shingles 37 d. Siding 38 e. Utility piping CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 31 10 00-4 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 £ Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j. Equipment 16 k. Trees 17 1. Fences 18 in. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers,manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer,cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor,unless 45 otherwise stated on the Drawings. 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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..lohnson 1.4.A Permits: Removed ordinance number and added City's website address 13 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 312316-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 16 2 UNCLASSIFIED EXCAVATION 3 4 PART1 - GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 8 encountered to the lines, grades,and typical sections shown on the Drawings and 9 removal from site. Excavations may include construction of 10 a. Roadways 11 b. Drainage Channels 12 c. Site Excavation 13 d. Excavation for Structures 14 e. Or any other operation involving the excavation of on-site materials 15 B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1, Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division 1 —General Requirements 20 3. Section 3123 23—Borrow 21 4. Section 3124 00—Embankments 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 25 1. Excavation by Plan Quantity 26 a. Measurement 27 1) Measurement for this Item shall be by lump sum in its final position using 28 the average end area method. Limits of measurement are shown on the 29 Drawings. 30 2) When measured by lump sum in its final position,this is a plans lump sum 31 quantity measurement Item. The quantity to be paid is the quantity shown 32 in the proposal, unless modified by Article 11.04 of the General 33 Conditions.Additional measurements or calculations will be made if 34 adjustments of quantities are required. 35 b. Payment 36 1) The work performed and materials furnished in accordance with this Item 37 and measured as provided under"Measurement"will be paid for at the unit 38 price bid lump sum of"Unclassified Excavation by Plan". No additional 39 compensation will be allowed for rock or shrinkage/swell factors, as these 40 are the Contractor's responsibility. 41 42 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 28,2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 c. The price bid shall include: 2 1) Excavation 3 2) Excavation Safety 4 3) Drying 5 4) Dust Control 6 5) Reworking or replacing the over excavated material in rock cuts 7 6) Hauling 8 7) Disposal of excess material not used elsewhere onsite 9 8) Scarification 10 9) Clean-up 11 2. Excavation by Surveyed Quantity 12 13 a. Measurement 14 1) Measurement for this Item shall be by the lump sum in its final position 15 calculated using the average end area or composite method. 16 a) The City will perform a reference survey once the Site has been cleared 17 to obtain existing ground conditions. 18 b) The City will perform a final post-construction survey. 19 c) The Contractor will be paid for the cubic yardage of Excavated material 20 calculated as the difference between the two surveys. 21 d) Partial payments will be based on estimated plan quantity 22 measurements calculated by the Engineer. 23 b. Payment 24 1) The work performed and materials furnished in accordance with this Item 25 and measured as provided under"Measurement"will be paid for at the unit 26 price bid per lump sum of"Unclassified Excavation by Survey". 27 c. The price bid shall include: 28 1) Excavation 29 2) Excavation Safety 30 3) Drying 31 4) Dust Control 32 5) Reworking or replacing the over excavated material in rock cuts 33 6) Hauling 34 7) Disposal of excess material not used elsewhere onsite 35 8) Scarification 36 9) Clean-up 37 38 1.3 REFERENCES [NOT USED] 39 A. Definitions 40 1. Unclassified Excavation Without regard to materials, all excavations shall be 41 considered unclassified and shall include all materials excavated. Any reference to 42 Rock or other materials on the Drawings or in the specifications is solely for the 43 City and the Contractor's information and is not to be taken as a classification of 44 the excavation. 45 1.4 ADMINSTRATIVE REQUMEMENTS 46 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 47 01. CITY Or FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised January 28,2013 312316-3 UNCLASSIFIED EXCAVATION Pago 3 of 5 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 6 A. Excavation Safety 7 1. The Contractor shall be solely responsible for making all excavations in a safe 8 manner. 9 2. All excavation and related sheeting and bracing shall comply with the requirements 10 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage 13 1. Within Existing Rights-of-Way(ROW) 14 a. Soil may be stored within existing ROW, easements or temporary construction 15 easements, unless specifically disallowed in the Contract Documents. I6 b. Do not block drainage ways, inlets or driveways. 17 c. Provide erosion control in accordance with Section 31 25 00. 18 d. When the Work is performed in active traffic areas, store materials only in 19 areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas, do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils within the ROW, 24 easement or temporary construction easement,then secure and maintain an 25 adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c. Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 1.11 FIELD CONDITIONS 31 A. Existing Conditions 32 1. Any data which has been or may be provided on subsurface conditions is not 33 intended as a representation or warranty of accuracy or continuity between soils. It 34 is expressly understood that neither the City nor the Engineer will be responsible 35 for interpretations or conclusions drawn there from by the Contractor. 36 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,1014.10&101411 Revised January 28,2013 3123 16-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as NIL, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local, state,and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996, 101410&101411 Revised January 28,2013 3123 16-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 31 24 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue Text added for clarification 1128/13 D.Johnson 1.2—Modified Bid item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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: l 1 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"SW-PPP> I 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 Iogged at the end of this 38 Specification, unless a date is specifically cited. 39 2. ASTM Standard: CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 TXR 150000 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(NOT)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 19 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 21 OWNER-FURNISHED loR] 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 31 25 00-3 EROSION AND SEDIMENT CONTROL Page 3 of 9 1 a) Use 3 to 6 inch aggregate. 2 2) Type 3 Rock Filter Dams 3 a) Use 4 to 8 inch aggregate. 4 2. Wire 5 a. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie 6 wires for Types 2 and 3 rock filter dams 7 b. Type 4 dams require: 8 1) Double-twisted,hexagonal weave with a nominal mesh opening of 2'/2 9 inches x 3 'A 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 31 25 00-4 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 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 TXRl 50000. 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 Iocal 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 I (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 1. Earthwork for Erosion Control 43 1. Perform excavation and embankment operations to minimize erosion and to remove 44 collected sediments from other erosion control devices. 45 a. Excavation and Embankment for Erosion Control Measures 46 1) Place earth dikes, swales or combinations of both along the low crown of 47 daily lift placement, or as directed,to prevent runoff spillover. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&10I411 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 Ieast 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 l 1 d) Backing without holes I2 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] 17 310 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 geotextilcs)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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 312500-9 EROSION AND SEDIMENT CONTROL Page 9 of 9 1 314 ATTACHMENTS [NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised December 20,2012 321313-1 CONCRETE PAVING Page 1 of 21 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1, Division 0-Bidding Requirements, Contract Forms,and Conditions of the Contract 12 2. Division 1 - General Requirements 13 3. Section 32 0129- Concrete Paving Repair 14 4. Section 32 13 73 - Concrete Paving Joint Sealants 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement 17 1. Measurement 18 a. Measurement for this Item shall be by the square feet 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 feet 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 32 13 13-2 CONCRETE PAVING Page 2 of 21 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this specification refer to the current reference standard 4 published at the time of the latest revision date logged at the end of this 5 specification, unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. A615/A615M,Deformed and Plain Billet-Steel Bars for Concrete 8 Reinforcement 9 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 10 Field 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 (12,400 ft-Ibf/ft3) 33 3. American Concrete Institute(ACI): 34 a. ACI 305.1-06 Specification for Hot Weather Concreting 35 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 36 c. ACI318 37 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 38 1.5 SUBMITTALS [NOT USED] 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 40 A. Mix Design: submit for approval. See Item 2A.A. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 3213 13-3 CONCRETE PAVING Page 3 of 21 1 1.7 CLOSEOUT SUBMITTALS [NOT USED] 2 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 3 1.9 QUALITY ASSURANCE [NOT USED] 4 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 5 1.11 FIELD CONDITIONS 6 A. Weather Conditions 7 1. Place concrete when concrete temperature is between 40 and 100 degrees when 8 measured in accordance with ASTM C 1064 at point of placement. 9 2. Hot Weather Concreting 10 a. Take immediate corrective action or cease paving when the ambient 11 temperature exceeds 95 degrees. 12 b. Concrete paving operations shall be approved by the City when the concrete 13 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 14 Concreting(ACI 305.1-06). 15 3, Cold Weather Concreting 16 a. Do not place when ambient temp in shade is below 40 degrees and falling. 17 Concrete may be placed when ambient temp is above 35 degrees and rising or 18 above 40 degrees. 19 b. Concrete paving operations shall be approved by the City when ambient 20 temperature is below 40 degrees. See Standard Specification for Cold Weather 21 Concreting(ACI 306.1-90). 22 B. Time: Place concrete after sunrise and no later than shall pen-nit 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996,101410&101411 Revised December 20,2012 3213 13-4 CONCRETE PAVING Page 4 of 21 1 E. Steel Reinforcement: ASTM A615. 2 F. Steel Wire Reinforcement: Not used for concrete pavement. 3 G. Dowels and Tic Bars 4 1. Dowel and tie bars: ASTM A61 5. 5 2. Dowel Caps 6 a. Provide dowel caps with enough range of movement to allow complete closure 7 of the expansion joint. 8 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 9 have an internal diameter sufficient to permit the cap to freely slip over the bar. 10 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 11 and one end of the cap shall be rightly closed. 12 3. Epoxy for Dowel and Tie Bars: ASTM C881. 13 a. See following table for approved producers of epoxies and adhesives 14 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 Fast Tube Unitex Shep-Poxy TxIII CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tic SET 22 Simpson Strong Tie SpecPoxy3000FS SpecChem 15 16 b. Epoxy Use, Storage and Handling 17 1) Package components in airtight containers and protect from light and 18 moisture. 19 2) Include detailed instructions for the application of the material and all 20 safety information and warnings regarding contact with the components. 21 3) Epoxy label requirements 22 a) Resin or hardener components 23 b) Brand name 24 c) Name of manufacturer CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 3213 13-5 CONCRETE PAVING Page 5 of 21 1 d) Lot or batch number 2 e) Temperature range for storage 3 f) Date of manufacture 4 g) Expiration date 5 h) Quantity contained 6 4) Store epoxy and adhesive components at temperatures recommended by the 7 manufacturer. 8 5) Do not use damaged or previously opened containers and any material that 9 shows evidence of crystallization, lumps skinning, extreme thickening,or 10 settling of pigments that cannot be readily dispersed with normal agitation. 11 6) Follow sound environmental practices when disposing of epoxy and 12 adhesive wastes. 13 7) Dispose of all empty containers separately. 14 8) Dispose of epoxy by completely emptying and mixing the epoxy before 15 disposal 16 H. Reinforcement Bar Chairs 17 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 18 reinforcement bars and shall not bend or break under the weight of the 19 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 20 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or 21 plastic. 22 3. For approval of plastic chairs,representative samples of the plastic shall show no 23 visible indications of deterioration after immersion in a 5-percent solution of 24 sodium hydroxide for 120-hours. 25 4. Bar chairs may be rejected for failure to meet any of the requirements of this 26 specification. 27 1. Joint Filler 28 1. Joint filler is the material placed in concrete pavement and concrete structures to 29 allow for the expansion and contraction of the concrete. 30 2. Wood Boards: Used as joint filler for concrete paving. 31 a. Boards for expansion joint filler shall be of the required size, shape and type 32 indicated on the Drawings or required in the specifications. 33 1) Boards shall be of selected stock of redwood or cypress. The boards shall 34 be sound heartwood and shall be free from sapwood,knots,clustered 35 birdseyes, checks and splits. 36 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 37 be sufficiently rigid to permit ease of installation. 38 3) Boards shall be furnished in Iengths 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 11 normal conditions suitable for concrete operations. 12 d. It shall adhere in a tenacious film without running off or appreciably sagging. 13 e. It shall not disintegrate, check, peel or crack during the required curing period. 14 f. The compound shall not peel or pick up under traffic and shall disappear from 15 the surface of the concrete by gradual disintegration. 16 g. The compound shall be delivered to the job site in the manufacturer's original 17 containers only,which shall be clearly labeled with the manufacturer's name, 18 the trade name of the material and a batch number or symbol with which test 19 samples may be correlated. 20 h. When tested in accordance with ASTM C 15 6 Water Retention by Concrete 21 Curing Materials,the liquid membrane-forming compound shall restrict the loss 22 of water present in the test specimen at the time of application of the curing 23 compound to not more than 0.01-oz.-per-2 inches of surface. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL 26 A. Mix Design 27 1. Concrete Mix Design and Control 28 a. At least 10 calendar days prior to the start of concrete paving operations,the 29 Contractor shall submit a design of the concrete mix it proposes to use and a 30 full description of the source of supply of each material component. 31 b. The design of the concrete mix shall produce a quality concrete complying with 32 these specifications and shall include the following information: 33 1) Design Requirements and Design Summary 34 2) Material source 35 3) Dry weight of cement/cubic yard and type 36 4) Dry weight of fly ash/cubic yard and type, if used 37 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 38 6) Design water/cubic yard 39 7) Quantities,type, and name of admixtures with manufacturer's data sheets 40 8) Current strength tests or strength tests in accordance with ACI 318 41 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 42 and date of tests 43 10) Fineness modulus of fine aggregate 44 11) Specific Gravity and Absorption Values of fine and coarse aggregates 45 12) L.A.Abrasion of coarse aggregates 46 c. Once mix design approved by City,maintain intent of mix design and 47 maximum water to cement ratio. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 21 1 d. No concrete maybe 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 I8 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-8 CONCRETE PAVING Page 8 of 21 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete] Cementitious, Compressive, Water/ Aggregate Lb./CY Strength' Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 1 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 Strength' 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 Slum Re uirements 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 3213 13-9 CONCRETE PAVING Page 9 of 21 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3- EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 10 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices(augers), internal vibration, 13 tamping, and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine-Laid Concrete Pavement 16 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip-Form Paver 20 1) Slip-form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions, shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip-Form Paver if paver requires over-digging and 24 impacts trees, mailboxes or other improvements. 25 4. Hand-Laid Concrete Pavement 26 a. Machines that do not incorporate these features, such as roller screeds or 27 vibrating screeds, shall be considered tools to be used in hand-laid concrete 28 construction,as slumps, spreading methods,vibration, and other procedures are 29 more common to hand methods than to machine methods. 30 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used--onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C94/C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready-mix concrete is used, sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied, individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 321313-It CONCRETE PAVING Page I 1 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-12 CONCRETE PAVING Page 12 of21 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 a]1 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 ]eft 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 A 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 21 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 112 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 £ 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 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 hiller 27 a. Joint filler shall be as specified in 2.2.1 of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 13 73. CITY OF FORT WORTH Playground improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 32 13 13-15 CONCRETE PAVING Page 15 of 21 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings,the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Tem erature—Time Requirements Concrete Temperature Max Time—minutes Max Time--minutes (at point of placement) (no retarding agent) (with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 city Above 75°F thru 90°F 60 90 75°F and Below 60 120 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day, or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement, revealed by 21 the removal of the side forms, may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable, it shall be tested for irregularities with 27 a 10 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1/16 inch-per-foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 1/8 inch. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-16 CONCRETE PAVING Pagc 16of21 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 CIS 6 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-17 CONCRETE PAVING Page 17 of 21 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings, and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement Leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 01 29. 32 3.6 RE-INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City, unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I00896, 101410&141411 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 1 I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-19 CONCRETE PAVING Page 19 of 21 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31,to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast,they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 8 28 days, and I 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- ercent Greater Than 10 percent-Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 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 scaling 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 13-20 CONCRETE PAVING Page 20 of 21 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an I0 estimate of the cost of the necessary remedial work and/or additional work to I I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 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.D—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 -Bidding Requirements, Contract Forms, and Conditions of the Contract 13 2. Division 1 - General Requirements 14 3. Section 02 41 13 - Selective Site Demolition 15 4. Section 32 13 13 - Concrete Paving 16 5. Section 32 13 73 - Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2, Concrete Curb at Back of Sidewalk(6 to 12 inch max) 33 a. Measurement 34 1) Measurement for this Item shall be by the linear foot of completed and 35 accepted Concrete Curb at the Back of Sidewalk within the 6 to 12 inch curb 36 height at back of walk in its final position. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price bid per linear foot of Concrete Curb at the Back of Sidewalk. 41 c. The price bid shall include: 42 1) Excavating and preparing the subgradc CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised June 5,2018 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 2of6 1 2) Furnishing and placing all materials, including concrete and reinforcing 2 steel 3 3) Excavation in back of"retaining"curb 4 4) Furnishing, placing, and compacting backfill 5 3. Concrete Driveway 6 a. Measurement 7 1) Measurement for this Item shall be by the square foot of completed and 8 accepted Concrete Driveway in its final position for various: 9 a) Thicknesses 10 b) Types 11 2) Dimensions will be taken from the back of the projected curb, including the 12 area of the curb radii and will extend to the limits specified in the Drawings. 13 3) Sidewalk portion of drive will be included in driveway measurement. 14 4) Curb on drive will be included in the driveway measurement. 15 b. Payment 16 l) The work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement"will be paid for at the unit 18 price bid per square foot of Concrete.Driveway. 19 c. The price bid shall include: 20 1) Excavating and preparing the subgrade 21 2) Furnishing and placing all materials 22 4. Barrier Free Ramps 23 a. Measurement 24 1) Measurement for this Item shall be per each Barrier Free Ramp completed 25 and accepted for various: 26 a) Types 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per each "Barrier Free Ramp" installed. 31 c. The price bid shall include: 32 1) Excavating and preparing the subgrade 33 2) Furnishing and placing all materials 34 3) Curb Ramp 35 4) Landing and detectable warning surface as shown on the Drawings 36 5) Adjacent flares or side curb 37 1.3 REFERENCES 38 A. Abbreviations and Acronyms 39 1. TAS--Texas Accessibility Standards 40 2. TDLR Texas Department of Licensing and Regulation 41 B. Reference Standards 42 I. Reference standards cited in this Specification refer to the current reference 43 standard published at the time of the latest revision date logged at the end of this 44 Specification,unless a date is specifically cited. 45 2.' American Society for Testing and Materials(ASTM) 46 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 47 Construction(Non-extruding and Resilient Types) CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised June 5,2018 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page of 1 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 2 Standard Effort(12,400 ft-lbf/ft3) 3 1.4 ADMINISTRATIVE REQUIItEMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 6 A. Mix Design: submit for approval. Section 32 13 13. 7 B. Product Data: submit product data and sample for pre-cast detectable warning for 8 barrier free ramp. 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD CONDITIONS 14 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS 17 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 18 2.2 EQUIPMENT AND MATERIALS 19 A. Forms: wood or metal straight,free from warp and of a depth equal to the thickness of 20 the finished work. 21 B. Concrete: see Section 32 13 13. 22 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 23 class for concrete sidewalks,driveways and barrier free ramps is shown in the 24 following table: 25 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-1/2 26 C. Reinforcement: see Section 32 13 13. 27 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be#3 deformed 28 bars at 18 inches on-center-both-ways at the center plane of all slabs, unless 29 otherwise shown on the Drawings or detailed specifications. 30 D. Joint Filler 31 1. Wood Filler: see Section 32 13 13. 32 2. Pre-Molded Asphalt Board Filler 33 a. Use only in areas where not practical for wood boards. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised June 5,2018 321320-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 1 b. Pre-molded asphalt board filler: ASTM D545. 2 c. Install the required size and uniform thickness and as specified in Drawings. 3 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 4 mixture of asphalt and vegetable fiber and/or mineral filler. 5 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 6 2.3 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL [NOT USED] 8 PART 3- EXECUTION 9 3.1 INSTALLERS [NOT USED] 10 3.2 EXAMINATION [NOT USED] 11 3.3 PREPARATION 12 A. Surface Preparation 13 1. Excavation: Excavation required for the construction of sidewalks,driveways and 14 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 15 established by the City. 16 2. Fine Grading 17 a. The Contractor shall do all necessary filling, leveling and fine grading required 18 to bring the subgrade to the exact grades specified and compacted to at least 90 19 percent of maximum density as determined by ASTM D698. 20 b. Moisture content shall be within minus 2 to plus 4 of optimum. 21 c. Any over-excavation shall be repaired to the satisfaction of the City. 22 B. Demolition/Removal 23 1. Sidewalk, Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 24 3.4 INSTALLATION 25 A. General 26 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 27 2. Sidewalks constructed in driveway approach sections shall have a minimum 28 thickness equal to that of driveway approach or as called for by Drawings and 29 specifications within the limits of the driveway approach. 30 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 31 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 32 The construction of the driveway approach shall include the variable height radius 33 curb in accordance with the Drawings. 34 4. All pedestrian facilities shall comply with provisions of TAS including location, 35 slope,width, shapes,texture and coloring. Pedestrian facilities installed by the 36 Contractor and not meeting TAS must be removed and replaced to meet TAS (no 37 separate pay). 38 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 39 position during the depositing of concrete. 40 C. Reinforcement: see Section 32 13 13. 41 D. Concrete Placement: see Section 32 13 13. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised June 5,2018 321320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 6 1 E. Finishing 2 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 3 even surface. 4 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 5 3. Provide exposed aggregate finish if specified. 6 4. Edge joints and sides shall with suitable tools. 7 F. Joints 8 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed 9 using redwood. 10 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 11 foot intervals for 5 foot wide and greater sidewalk. 12 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 13 driveways,curbs, formations, other sidewalks and other adjacent old concrete work. 14 Similar material shall be placed around all obstructions protruding into or through 15 sidewalks or driveways. 16 4. All expansion joints shall be 1/2 inch in thickness. 17 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 18 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 19 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 20 marking tool. 21 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 22 G. Barrier Free Ramp 23 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 24 manufactured by StrongGo Industries or approved equal by the City. 25 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 26 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or 27 landing where the pedestrian access route enters the street. 28 3. Locate detectable warning surface so that the edge nearest the curb line is a 29 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 30 curb. 31 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 32 5. Install detectable warning surface according to manufacturer's instructions. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised June 5,2018 321320-6 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 1 3.5 REPAHURESTORATION [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 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, I to read;from. . .square foot of Concrete Sidewalk. to...each`Barrier Free Ramp"installed. June 5,20I8 M Owen Revised Measurement and Payment.section. 12 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICA'I10N DOCUMENTS 100896,101410&101411 Revised June 5,2018 32 1373-1 CONCRETE PAVING JOINT SEALANTS Page I of 4 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 11 2. Division 1 -General Requirements 12 3. Section 32 13 13 -Concrete Paving 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Measurement 16 a. Measurement for this Item shall is considered subsidiary to the concrete paving 17 and accepted only when specified in the Drawings to be a pay item. 18 2. Payment 19 a. The work performed and materials furnished in accordance with this Item are 20 subsidiary to the various items bid and no other compensation will be allowed, 21 unless specifically specified on Drawings. 22 1.3 REFERENCES 23 A. Reference Standards 24 1. Reference standards cited in this Specification refer to the current reference 25 standard published at the time of the latest revision date logged at the end of this 26 Specification, unless a date is specifically cited. 27 2. ASTM International (ASTM): 28 a. D5893, Standard Specification for Cold Applied, Single Component, 29 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 30 Pavements 31 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 32 1.5 ACTION SUBMITTALS [NOT USED] 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Test and Evaluation Reports 35 1. Prior to installation,furnish certification by an independent testing laboratory that 36 the silicone joint sealant meets the requirements of this Section. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 32 13 73-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 4 1 3.4 INSTALLATION 2 A. General 3 1. The silicone sealant shall be cold applied. 4 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 5 prior to sealing joints. 6 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 7 sealant placement in a continuous sequence of operations. 8 4. See Drawings for the various joint details with their respective dimensions. 9 B. Equipment 10 1. Provide all necessary equipment and keep equipment in a satisfactory working 11 condition. 12 2. Equipment shall be inspected by the City prior to the beginning of the work. 13 3. The minimum requirements for construction equipment shall be as follows: 14 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 15 complete the joint sawing to the required dimensions. 16 b. Air Compressors. The delivered compressed air shall have a pressure in excess 17 of 90 psi and shall be suitable for the removal of all free water and oil from the 18 compressed air. 19 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 20 of sealant to the joint. 21 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 22 the joint. 23 e. Sandblaster. The design shall be for commercial use with air compressors as 24 specified in this Section. 25 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 26 free of contamination. They shall be compatible with the joint depth and width 27 requirements. 28 C. Sawing Joints: see Section 32 13 13. 29 D. Cleaning joints 30 1. Dry saw in 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 13 73-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 4 1 7. Do not leave open, cleaned joints unsealed overnight. 2 E. Joint Sealant 3 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 4 mechanical injection tool. 5 2. Do not seal joints unless they are clean and dry. 6 3. Remove and discard excess sealant left on the pavement surface. 7 a. Do not excess use to seal the joints. 8 4. The pavement surface shall present a clean final condition as determined by City. 9 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 10 F. Approval of Joints 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 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 311 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 321723-1 PAVEMENT MARKINGS Page I of I 1 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 is considered subsidiary to the concrete 24 paving and accepted only when specified in the Drawings to be a pay 25 item. 26 b. Payment 27 1) The work performed and materials furnished in accordance with this Item 28 and measured as provided under"concrete paving" shall be paid for at 29 the unit price bid per linear foot of"Pvmt Marking" installed for: 30 a) Various Widths 31 b) Various Types 32 c) Various Materials 33 d) Various Colors 34 c. The price bid shall include: 35 1) Installation of Pavement Marking 36 2) Glass beads, when required 37 3) Surface preparation 38 4) Clean-up 39 5) Testing(when required) 40 2. Legends 41 a. Measurement 1) Measurement for this Item shall be per each Legend installed. b. Payment CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 321723-2 PAVEMENT MARKINGS Page 2 of I I 1 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per "Concrete paving" 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) Measurement for this Item shall is considered subsidiary to the stripping 47 and accepted only when specified in the Drawings to be a pay item.. b. Payment CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of I 1 1 l) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Stripping" shall be paid for at the unit 3 price bid per linear foot of"Remove Pvmt Marking"performed for: a) 4 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of I I 1 f. DMS-8242, Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B, All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 11.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 01 60 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 01 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 321723-5 PAVEMENT MARKINGS Page 5 of I 1 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 1 I 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 Iift 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100$96,101410& 101411 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 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 32 17 23-7 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. I 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 :5 30 35--50 ?55 2-lane roads with centerline n/a 100 250 markings only(1) All other roads(2) 1 n/a 50 100 19 (1)Measured at standard 30-m geometry in units of mcd/m'llux. 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 he applied shall be completely dry. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 I b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends, straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks, stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 Iifting 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 Iongitudinal 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised November 22,2013 32 17 23-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal, Work shall be 2 halted until consultation with the City. 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 6 1/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal, state, and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. I 1 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay, or microsurfacing a minimum 16 of 1 lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat, avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting, abrasive blasting, water 27 abrasive blasting, shot blasting, slurry blasting,water-injected abrasive 28 blasting, or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over, no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR I 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 32 17 23-11 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 i1 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Pagel of3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include but are not necessarily limited to 10 1. Division 0 -Bidding Requirements, Contract Forms,and Conditions of the Contract 11 2. Division I -General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Measurement 15 a. Measurement for this Item shall be by cubic yard of Topsoil in place. 16 2. Payment 17 a. The work performed and materials furnished in accordance with this item and 18 measured as provided under"Measurement"will be paid for at the unit price 19 bid per cubic yard of Topsoil. 20 b. All excavation required by this Item in cut sections shall be measured in 21 accordance with provisions for the various excavation items involved with the 22 provision that excavation will be measured and paid for once, regardless of the 23 manipulations involved. 24 3. The price bid shall include: 25 a. Furnishing Topsoil 26 b. Loading 27 c. Hauling 28 d. Placing 29 1.3 REFERENCES [NOT USED] 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 ACTION SUBMITTALS [NOT USED] 32 1.6 ACTION 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 [SITE] CONDITIONS [NOT USED] 38 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS I00896,101410&101411 Revised December 20,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 PART2- PRODUCTS 2 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 3 2.2 MATERIALS 4 A. Topsoil 5 1. Use easily cultivated,fertile topsoil that: 6 a. Is free from objectionable material including subsoil,weeds, clay lumps,non- 7 soil materials, roots, stumps or stones larger than 1.5 inches 8 b. Has a high resistance to erosion 9 c. Is able to support plant growth 10 2. Secure topsoil from approved sources. 11 3. Topsoil is subject to testing by the City. 12 4. pH: 5.5 to 8.5. 13 5. Liquid Limit: 50 or less 14 6. Plasticity Index: 20 or less 15 7. Gradation: maximum of 10 percent passing No. 200 sieve 16 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 17 of vegetation 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL [NOT USED] 20 PART 3 - EXECUTION 21 3.1 INSTALLERS [NOT USED] 22 3.2 EXAMINATION [NOT USED] 23 3.3 PREPARATION [NOT USED] 24 3.4 INSTALLATION 25 A. Finishing of Parkways 26 1. Smoothly shape parkways, shoulders, slopes, and ditches. 27 2. Cut parkways to finish grade prior to the placing of any improvements in or 28 adjacent to the roadway. 29 3. In the event that unsuitable material for parkways is encountered, extend the depth 30 of excavation in the parkways 6 inches and backfill with top soil. 31 4. Make standard parkway grade perpendicular to and draining to the curb line. 32 a. Minimum: 1/4 inch per foot 33 b. Maximum: 4:1 34 c. City may approve variations from these requirements in special cases. 35 5. Whenever the adjacent property is lower than the design curb grade and runoff 36 drains away from the street,the parkway grade must be set level with the top of the 37 curb. 38 6. The design grade from the parkway extends to the back of the walk line. 39 7. From that point(behind the walk), the grade may slope up or down at maximum 40 slope of 4:1. CITY OF FORT WORTH Playground Improvements al 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 1 B. Placing of Topsoil 2 1. Spread the topsoil to a uniform loose cover at the thickness specified. 3 2. Place and shape the topsoil as directed. 4 3. Hand rake finish a minimum of 5 feet from all flatwork. 5 4. Tamp the topsoil with a light roller or other suitable equipment. 6 3.5 REPAIR/RESTORATION] [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL [NOT USED] 9 3.8 SYSTEM STARTUP [NOT USED] 10 3.9 ADJUSTING [NOT USED] 11 3.10 CLEANING [NOT USED] 12 3.11 CLOSEOUT ACTIVITIES [NOT USED] 13 3.12 PROTECTION [NOT USED] 14 3.13 MAINTENANCE [NOT USED] 15 3.14 ATTACHMENTS [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329213-1 HYDROMULCHING,SEEDING AND SODDING Page I of 8 I SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the lump sum of Block Sod placed. 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"will be paid for at the unit 22 price bid per lump sum of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 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 Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329213-3 I-IYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 1. Block Sod 2 a. Sod Varieties(match existing if applicable) 3 1) "Stenotaphrum secundatum" (St. Augustine grass) 4 2) "Cynodon dactylon" (Common Bermudagrass) 5 3) "Buchloe dactyloides" (Buffalograss) 6 4) an approved hybrid of Common Bermudagrass 7 5) or an approved Zoysiagrass 8 b. Sod must contain stolons, leaf blades,rhizomes and roots. 9 c. Sod shall be alive,healthy and free of insects, disease, stones,undesirable 10 foreign materials and weeds and grasses deleterious to its growth or which 11 might affect its subsistence or hardiness when transplanted. 12 d. Minimum sod thickness: 3/4 inch 13 e. Maximum grass height: 2 inches 14 f. Acceptable growing beds 15 1) St.Augustine grass sod: clay or clay loam topsoil 16 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 17 g. Dimensions 18 1) Machine cut to uniform soil thickness. 19 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 20 handled and roiled without breaking. 21 h. Broken or torn sod or sod with uneven ends shall be rejected. 22 2. Seed 23 a. General 24 1) Plant all seed at rates based on pure live seed(PLS) 25 a) Pure Live Seed (PLS)determined using the formula: 26 (1) Percent Pure Live Seed=Percent Purity x [(Percent Germination+ 27 Percent Firm or Hard Seed)+ 100] 28 2) Availability of Seed 29 a) Substitution of individual seed types due to lack of availability maybe 30 permitted by the City at the time of planting. 31 b) Notify the City prior to bidding of difficulties locating certain species. 32 3) Weed seed 33 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 34 and other material in the mixture 35 b) Seed not allowed: 36 (1) 7ohnsongrass 37 (2) Nutgrass seed 38 4) Harvest seed within 1-year prior to planting 39 b. Non-native Grass Seed 40 1) Plant between April 15 and September 10 41 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) Cynodon dactylon 85 90 75 Bermuda(hulled) Cynodon dactylon 95 90 42 43 2) Plant between September 10 and April 15 44 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 220 Rye Grass lolium multiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 1 2 c. Native Grass Seed 3 1) Plant between February 1 and October 1, 4 Lbs. PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leplochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 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 bipinnatifda 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. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329213-5 HYDROMULCHING,SEEDING AND SODDING Page 5 of 8 1 f. Form a strong moisture retaining mat. 2 4. Fertilizer 3 a. Acceptable condition for distribution 4 b. Applied uniformly over the planted area 5 c. Analysis 6 1) 16-20-0 7 2) 16-8-8 8 d. Fertilizer rate: 9 1) Not required for wildflower seeding 10 2) Newly established seeding areas - 100 pounds of nitrogen per acre 11 3) Established seeding areas- 150 pounds of nitrogen per acre 12 5. Topsoil: See Section 32 91 19, 13 6. Water: clean and free of industrial wastes or other substances harmful to the 14 germination of the seed or to the growth of the vegetation. 15 7. Soil Retention Blanket 16 a. "Curlex I" from American Excelsior, 900 Ave. H East, Post Office Box 5624, 17 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 18 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3- EXECUTION [NOT USED] 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION 25 A. Surface Preparation: clear surface of all material including. 26 1. Stumps, stones, and other objects larger than one inch. 27 2. Roots, brush,wire, stakes, etc. 28 3. Any objects that may interfere with seeding or maintenance. 29 B. Tilling 30 1. Compacted areas: till 1 inch deep 31 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 32 seed/water run-off 33 3. Areas near trees: Do not till deeper than 1/2 inch inside "drip line" of trees. 34 3.4 INSTALLATION 35 A. Block Sodding 36 1. General 37 a. Place sod between curb and walk and on terraces that is the same type grass as 38 adjacent grass or existing lawn. 39 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 40 average first freeze in the fall. 4I 2. Installation CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 a. Plant sod specified after the area has been completed to the lines and grades 2 shown on the Drawings with 6 inches of topsoil. 3 b. Use care to retain native soil on the roots of the sod during the process of 4 excavating, hauling and planting. 5 c. Keep sod material moist from the time it is dug until planted. 6 d. Place sod so that the entire area designated for sodding is covered. 7 e. Fill voids left in the solid sodding with additional sod and tamp. 8 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 9 slope. 10 g. Peg sod with wooden pegs(or wire staple) driven through the sod block to the 11 firm earth in areas that may slide due to the height or slope of the surface or 12 nature of the soil. 13 3. Watering and Finishing 14 a. Furnish water as an ancillary cost to Contractor by means of temporary 15 metering/irrigation,water truck or by any other method necessary to achieve 16 an acceptable stand of turf as defined in 3.13.B. 17 b. Thoroughly water sod immediately after planted. 18 c. Water until established. 19 d. Generally, an amount of water that is equal to the average amount of rainfall 20 plus 1/2 inch per week should be applied until accepted. If applicable,plant 21 large areas by irrigation zones to ensure areas are watered as soon as they are 22 planted. 23 B. Seeding 24 1. General 25 a. Seed only those areas indicated on the Drawings and areas disturbed by 26 construction. 27 b. Mark each area to be seeded in the field prior to seeding for City approval. 28 2. Broadcast Seeding 29 a. Broadcast seed in 2 directions at right angles to each other. 30 b. Harrow or rake lightly to cover seed. 31 c. Never cover seed with more soil than twice its diameter. 32 d. For wildflower plantings: 33 l) Scalp existing grasses to 1 inch 34 2) Remove grass clippings, so seed can make contact with the soil. 35 3. Mechanically Seeding(Drilling): 36 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 37 b. All varieties of seed and fertilizer may be distributed at the same time provided 38 that each component is uniformly applied at the specified rate. 39 c. Drill seed at a depth of 1/4 inch to 3/8 inch utilizing a pasture or rangeland type 40 drill. 41 d. Drill on the contour of slopes 42 c. After planting roll with a roller integral to the seed drill, or a corrugated roller 43 of the "Cultipacker"type. 44 f. Roll slope areas on the contour. 45 4. Hydromulching 46 a. Mixing: Seed, mulch, fertilizer and water may be mixed provided that: 47 1) Mixture is uniformly suspended to form a homogenous slurry. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100996, 101410& 101411 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. PIacing 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 I1 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 REPAIRIRESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. Block Sodding 28 1. Water and mow sod until completion and final acceptance of the Project or as 29 directed by the City. 30 2. Sod shall not be considered finally accepted until the sod has started to peg down 31 (roots growing into the soil)and is free from dead blocks of sod. 32 B. Seeding 33 1. Water and mow sod until completion and final acceptance of the Project or as 34 directed by the City. 35 2. Maintain the seeded area until each of the following is achieved: 36 a. Vegetation is evenly distributed 37 b. Vegetation is free from bare areas 38 3. Turf will be accepted once fully established. 39 a. Seeded area must have 100 percent growth to a height of 3 inches with I mow 40 cycle performed by the Contractor prior to consideration of acceptance by the 41 City. 42 C. Rejection CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&10t41 I 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 3.14 ATTACHMENTS [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE S CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 329343-1 TREES AND SHRUBS Page 1 of 8 1 SECTION 32 93 43 2 TREES AND SHRUBS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Tree and shrub planting and maintenance within street right-of-way and easements. 7 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 l. Division 0-Bidding Requirements,Contract Forms, and Conditions of the Contract 12 2. Division i -General Requirements 13 3. Section 31 10 00—Site Clearing 14 4. Section 32 92 13 -Hydromulching, Seeding and Sodding 15 5. Section 32 91 19-Topsoil Placement and Finishing of Parkways 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Plant Tree 19 a. Measurement 20 1) Measurement for this Item shall be per lump sum by caliper inch. 21 b. Payment 22 1) The work performed and materials furnished in accordance with this Item 23 and measured as provided under"Measurement"will be paid for at the unit 24 price bid per lump sum tree to be Planted by caliper inch. 25 c. The price bid shall include: 26 1) Furnishing and installing trees 27 2) Hauling 28 3) Grading and backfilling 29 4) Excavation 30 5) Fertilization 31 6) Water 32 7) Removing and disposing of surplus material 33 1.3 REFERENCES 34 A. Reference Standards 35 1. Reference standards cited in this specification refer to the current reference standard 36 published at the time of the latest revision date logged at the end of this 37 specification, unless a date is specifically cited. 38 2. American National Standards Institute(ANSI): 39 a. ANSI Z60.1,American Standard for Nursery Stock 40 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing 41 Co.,New York, CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329343-2 TREES AND SHRUBS Page 2 of 8 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 INFORMATIONAL SUBMITTALS 4 A. Tree data: Submit certification from supplier that each type of tree conforms to 5 specification requirements. 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Coordination 10 1. Coordinate with City Forester prior to beginning construction activities adjacent to 11 or that will impact existing trees and shrubs. 12 B. Qualifications 13 1. Landscaper specialized in landscape and planting work 14 C. Substitutions 15 1. Not permitted unless approved by City when specified planting material is not 16 obtainable ]7 a. Submit proof of non-availability together with proposal for use of equivalent 18 material. 19 b. Substitutions of larger size or better grade than specified will be allowed upon 20 approval by City Forester, but with no increase in unit price. 21 1.10 DELIVERY,STORAGE,AND HANDLING 22 A. Do not remove container grown stock from containers before time of planting. 23 B. Delivery and Acceptance Requirements 24 1. Ship trees with Certificates of Inspection as required by governing authorities. 25 2. Label each tree and shrub with securely attached waterproof tag bearing legible 26 designation of botanical and common name. 27 3. Use protective covering during delivery. 28 4. Deliver packaged materials in fully labeled original containers showing weight, 29 analysis and name of manufacturer. 30 C. Storage and Handling Requirements 31 1. Protect materials from deterioration during delivery, and while stored at Site. 32 2. Do not prune prior to installation. 33 3. Do not bend or bind-tie trees or shrubs in such manner as to damage bark,break 34 branches,or destroy natural shape. 35 1.11 FIELD CONDITIONS [NOT USED] 36 1.12 WARRANTY 37 A. Warranty Period: 12 months after job acceptance 38 B. Warrant trees against defects including: 39 1. Death CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 93 43-3 TREES AND SHRUBS Page 3 of 8 1 2. Unsatisfactory growth 2 3. Loss of shape due to improper pruning,maintenance, or weather conditions 3 C. Plumb Ieaning trees during warranty period. 4 D. Remove and replace trees found to be dead during warranty period. 5 E. Remove and replace trees which are in doubtful condition at end of warranty period, or 6 when approved by City, extend warranty period for trees for full growing season. 7 PART 2 - PRODUCTS 8 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 9 2.2 MATERIALS 10 1, General 11 a. Plants shall be true to species and variety specified, grown under climatic 12 conditions similar to those in the locality of the project for at least 2 years and 13 have been freshly dug during the most recent favorable harvest season. 14 b. All plant names and descriptions are as defined in Hortus Third. 15 c. All plants are to be grown and harvested in accordance with the American 16 Standard for Nursery Stock 17 d. Unless approved by the City Forester,plants shall have been grown in a latitude 18 not more than 200 miles north or south of the latitude of the project unless the 19 provenance of the plant can be documented to be compatible with the latitude 20 and cold hardiness zone of the planting location. 21 2. Trees 22 a. Provide container grown trees which are straight and symmetrical and have 23 persistently preferred main leader. 24 b. Mark the tree's north orientation in the nursery for all deciduous trees grown in 25 the field with a 1-inch diameter spot of white paint on the tree trunk within the 26 bottom twelve inches of the trunk. 27 c. Crown shall be in good overall proportion to entire height of tree with 28 branching configuration as recommended by ANSI Z60.1 for type and species 29 specified. 30 d. Trees designated as balled and burlapped (B&B) shall be properly dug with 31 firm,natural balls of soil retaining as many fibrous roots as possible, in sizes 32 and shapes as specified in the American Standard for Nursery Stock. Balls shall 33 be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and 34 heavy, nonsynthetic,rottable twine. The root collar shall be apparent at surface 35 of ball. Trees with loose, broken,processed, or manufactured root balls will not 36 be accepted, except with special written approval before planting. 37 e. Where clump is specified, furnish plant having minimum of three stems 38 originating from common base at ground line. 39 f. Measure trees by average caliper of trunk as follows: 40 1) For trunks up to 4 inches or less in diameter,measure caliper 6 inches 41 above top of root ball. 42 2) For trunks more than 4 inches, measure caliper 12 inches above top of root 43 ball. 44 3) Caliper measurements 45 a) By diameter tape measure CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 93 43-4 TREES AND SHRUBS Page 4 of 8 1 b) Indicated calipers on Drawings are minimum 2 c) Averaging of plant caliber: not permitted 3 g. Trees shall conform to following requirements: 4 1) Healthy 5 2) Vigorous stack 6 3) Grown in recognized nursery 7 4) Free of: 8 a) Disease 9 b) Insects 10 c) Eggs 11 d) Larvae 12 e) Defects such as: 13 (1) Knots 14 (2) Sun-scald 15 (3) Injuries 16 (4) Abrasions 17 (5) Disfigurement 18 (6) Borers and infestations 19 3. Soil Products 20 a. Topsoil: See 32 91 19. 21 b. Peat moss,mulch and fertilizer: Use material recommended by City Forester 22 for establishment of healthy stock after replanting. 23 4. Stakes and Guys 24 a. Provide minimum 8-foot long steel T-stakes and 1 inch wide plastic tree chains. 25 b. Where applicable for anchoring trees,use wood deadmen: 26 1) Minimum: 2-inch by 4-inch stock 27 2) Minimum: 36 inches long and buried 3 feet. 28 3) Provide white surveyor's plastic tape for flagging tree guys. 29 5. Tree Wrap, Twine and Seal 30 a. Wrap 31 1) First quality 32 2) Bituminous impregnated tape 33 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and 34 having qualities to resist insect infestation 35 b. Twine 36 1) Lightly tarred,medium-coarse sisal(lath)yarn 37 2) Do not use nails or staples to fasten wrapping 38 c. Seal: Commercially available tree wound dressing specifically produced for use 39 in sealing tree cuts and wounds 40 6. .Water: clean and free of industrial wastes or other substances harmful to the growth 41 of the tree 42 2.3 ACCESSORIES [NOT USED] 43 2.4 SOURCE QUALITY CONTROL 44 A. Notify City, prior to installation, of location where trees that have been selected for 45 planting may be inspected. 46 B. Plant material will be inspected for compliance with following requirements. 47 1. Genus, species, variety, size and quality CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329343-5 TREES AND SHRUBS Page 5 of 8 1 2. Size and condition of balls and root systems, insects, injuries and latent defects 2 PART 3 - EXECUTION [NOT USED] 3 3.1 INSTALLERS [NOT USED] 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. General 7 1. Schedule work so that planting can proceed rapidly as portions of site become 8 available. 9 2. Plant trees after final grades are established and prior to seeding or sodding. 10 3. When planting of trees occurs after seeding work, protect seeded areas and I 1 promptly repair damage to seeded areas resulting from tree planting operations in 12 compliance with requirements of Section 32 92 13. 13 4. Layout individual trees at locations shown on Drawings. 14 5. In case of conflicts,notify City before proceeding with work. 15 6. Stake trees for City approval. 16 B. Preparation of Planting Soil 17 1. Before mixing, clean topsoil of roots, plants, sod,stones, clay lumps, and other 18 extraneous materials harmful or toxic to plant growth. 19 2. Strip and utilize 4 inch layer of top soil from existing ground. 20 3. Delay mixing of fertilizer when planting will not follow placing of planting soil 21 within 48 hours. 22 4. Incorporate amendments into soil as part of soil preparation process prior to fine 23 grading, fertilizing, and planting. 24 5. Broadcast or spread amendments evenly at specified rate over planting area. 25 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until 26 amendments are pulverized and have become homogeneous layer of topsoil ready 27 for planting. 28 3.4 INSTALLATION 29 A. Planting 30 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation 31 raised minimum of 6 inches at center for proper drainage. 32 2. Provide following minimum.widths: 33 a. 15 gallon containers or larger, 2 feet wider than diameter of root ball 34 b. I and 5 gallon containers, 6 inches wider than diameter of root ball 35 3. When conditions detrimental to plant growth are encountered, such as 36 unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before 37 planting. 38 4. Deliver trees after preparations for planting have been completed and plant 39 immediately. 40 5. When planting is delayed more than 6 hours after delivery 41 a. Set trees and shrubs in shade. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 329343-6 TREES AND SHRUBS Page 6 of 8 1 b. Protect from weather and mechanical damage. 2 c. Keep roots moist by covering with mulch, burlap,or other acceptable means of 3 retaining moisture, and water as needed. 4 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of 5 sufficient width not to damage the root balls. Do not lift trees by their trunk as a 6 lever in positioning or moving the tree in the planting area. 7 7. Remove plastic,paper, or fibrous pots from the containerized plant material. Pull 8 roots out of the root mat,and cut circling roots with a sharp knife.Loosen the 9 potting medium and shake away from the root mat. Immediately after removing the 10 container, install the plant such that the roots do not dry out. Pack planting mix 11 around the exposed roots while planting. 12 8. Cut ropes or strings from the top of root balls and trees after plant has been set. 13 Remove burlap or cloth wrapping and any wire baskets from around top half of 14 balls.Do not turn under and bury portions of burlap at top of ball. Set balled and 15 burlapped trees in the hole with the north marker facing north. 16 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 17 10. Place plants at level that, after settlement, natural relationship of plant crown with 18 ground surface will be established. 19 11. When set,place additional backfill around base and sides of ball,and work each 20 layer to settle backfill and eliminate voids and air pockets. 21 12. When excavation is approximately 2/3 full, water thoroughly before placing 22 remainder of backfill. 23 13. Repeat watering until no more water is absorbed. 24 14. Dish top of backfill to allow for mulching. 25 15. Mulch pits,trenches and planted areas. 26 a. All trees, shrubs and other plantings will be mulched with mulch previously 27 approved by the City Forester. The mulch on trees and shrubs shall be to the 28 depths shown on the drawing. Mulch must not be placed within 3 inches of the 29 trunks of trees and shrubs. 30 16. Provide 2 to 4 inch thickness of mulch,work into top of backfill, and finish level 31 with adjacent finish grades. 32 17. Cover entire root ball. 33 18. Prune 34 a. Plants shall not be heavily pruned at the time of planting. Pruning is required at 35 planting to correct defects in the tree structure, including removal of injured 36 branches,double leaders,watersprouts, suckers, and interfering branches. 37 Healthy lower branches and interior small twigs should not be removed except 38 as necessary to clear walks and roads. In no case should more than 1/4 of the 39 branching structure be removed.Retain the normal shape of the plant. 40 b. All pruning shall be completed using clean sharp tools. All cuts shall be clean 41 and smooth,with the bark intact with no rough edges or tears. 42 c. Except in circumstances dictated by the needs of specific pruning practices, tree 43 paint shall not be used. The use of tree paint shall be only upon approval of the 44 City Forester. Tree paint, when required, shall be paint specifically formulated 45 and manufactured for horticultural use. 46 19. Prune trees to retain required height and spread. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 32 93 43-7 TREES AND SHRUBS Page 7 of 8 1 20. Do not cut tree leaders, and remove only injured and dead branches from flowering 2 trees. 3 21. Remove and replace excessively pruned or misformed stock resulting from 4 improper pruning. 5 22. Inspect tree trunks for injury, improper pruning and insect infestation and take 6 corrective measures. 7 23. Guy and stake trees immediately after planting. 8 B. Moving Existing Trees 9 1. Coordinate tree moving and replanting with City Forester during dormant growth 10 season. 11 2. Provide tree spade of adequate size as directed by City Forester. 12 3.5 REPAIR/RESTORATION [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL 15 A. City may reject unsatisfactory or defective material at anytime during progress of work. 16 B. Remove rejected trees immediately from site and replace with specified materials. 17 C. Plant material not installed in accordance with these Specifications will be rejected. 18 D. An inspection to determine final acceptance will be conducted by City at end of 12 19 month maintenance period. 20 E. Warranty periods provided for in paragraph 1.12A. 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. During planting work, keep pavements clean and work area in orderly condition. 25 B. Dispose of excess soil and waste in approved location. 26 C. Waste Material Disposal: On-site burning of combustible cleared materials shall not be 27 permitted. 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION 30 A. Protect planting work and materials from damage due to planting operations. 31 B. Maintain protection during installation and maintenance period. 32 C. Treat, repair, or replace damaged planting work. 33 3.13 MAINTENANCE 34 A. Maintenance Period shall be 12 months after final acceptance. 35 B. During the maintenance period if a work schedule and frequency are not shown on the 36 Drawings,perform the minimum requirements shown below: 37 1. Water trees to full depth a minimum of once each week or as required to maintain 38 healthy,vigorous growth. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896, 101410&101411 Revised December 20,2012 329343-8 TREES AND SHRUBS Page 8 of 8 1 2. Prune, cultivate, and weed as required for healthy growth. 2 3. Restore planting saucers. 3 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper 4 grades or vertical position as required. 5 5. Restore or replace damaged wrappings. 6 6. Spray as required to keep trees and shrubs free of insects and disease. 7 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon 8 as it is determined no longer alive. Contractor is to maintain new plants as 9 described above until growth is established and maintenance period expires unless 10 waived by the City. 11 3.14 ATTACHMENTS [NOT USED] 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.LA—Payment Items removed for tree removal and transplantation;these Items are to be performed in accordance with Section 31 10 00, 12/20/2012 D.Johnson 3.13.A—modified maintenance period to begin 12 months after final acceptance 3.13.B—Modified maintenance period requirements 13 14 15 16 17 18 19 20 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised December 20,2012 347113-1 TRAFFIC CONTROL Page 1 of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control 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 Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Work associated with this Item is considered subsidiary to the various 17 Items bid. No separate payment will be allowed for this Item. 18 b. Payment 19 1) The work performed and materials furnished in accordance with this Item 20 and measured as provided under"Measurement"shall be paid for at the 21 unit price bid for"parking lot stripping". 22 c. The price bid shall include: 23 1) Traffic Control implementation 24 2) Installation 25 3) Maintenance 26 4) Adjustments 27 5) Replacements 28 6) Removal 29 7) Police assistance during peak hours 30 2. Portable Message Signs 31 a. Measurement 32 1) Measurement for this Item is considered subsidiary to the various Items 33 bid. No separate payment will be allowed:for this Item. The work 34 performed and materials furnished in accordance to this Item and measured 35 as provided under"Measurement"shall be paid for at the unit price bid per 36 week for"Portable Message Sign"rental. 37 b. The price bid shall include: 38 1) Delivery of Portable Message Sign to Site 39 2) Message updating 40 3) Sign movement throughout construction 41 4) Return of the Portable Message Sign post-construction 42 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 3471 13-2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Work associated with this Item is considered subsidiary to the various Items Bid. No 4 Separate payment will be allowed for this Item. 5 6 b. Payment 7 2) The work performed and materials furnished in accordance with this Item shall be paid 8 for at the unit price bid per lump sum 9 10 c. The price bid shall include: I 1) Preparing the Traffic Control Plan Details for closures of 24 hours or longer 12 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 13 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 27 implementing Traffic Control within 500 feet of a traffic signal. 28 B. Sequencing 29 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 30 approved by the City and design Engineer before implementation. 31 1.5 SUBMITTALS 32 A. Provide the City with a current list of qualified flaggers before beginning flagging 33 activities. Use only flaggers on the qualified list. 34 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 35 Engineering Division, 311 W. 10th Street, The Traffic Control Plan(TCP)for the 36 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 37 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 38 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 39 Engineer. 40 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 41 Specifications. The Contractor will be responsible for having a licensed Texas 42 Professional Engineer sign and seal the Traffic Control Plan sheets. 43 E. Lane closures 24 hours or longer shall require a site-specific traffic control plan. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 3471 13-3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s)developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS 12 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings,the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List(CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications—Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3- EXECUTION 27 3.1 EXAMINATION ]NOT USED] 28 3.2 PREPARATION 29 A. Protection of In-Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan (TCP)and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 3471 13-4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 11 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 12 lights, signs,or other precautionary measures for the protection of persons or property),the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments,can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 I. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 26 approved by the Engineer,to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 turn-ons, street light pole installation,or other construction will be done during peak traffic 29 times(AM: 7 am 9 am, PM: 4 pm-6 pm). 30 L. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service,the American 33 Traffic Safety Services Association,the National Safety Council, or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by 1 of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 3471 13-5 TRAFFIC CONTROL Page 5 of 5 1 5. Provide and maintain flaggers at such points and for such periods of time as may be 2 required to provide for the safety and convenience of public travel and Contractor's 3 personnel, and as shown on the Drawings or as directed by the Engineer. 4 a. These flaggers shall be located at each end of the lane closure. 5 M. Removal 6 1. Upon completion of Work,remove from the Site all barricades, signs, cones, lights 7 and other Traffic Control Devices used for work-zone traffic handling in a timely 8 manner, unless otherwise shown on the Drawings. 9 3.4 REPAIR/RESTORATION [NOT USED] 10 3.5 RE-INSTALLATION [NOT USED] 11 3.6 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 12 3.7 SYSTEM STARTUP [NOT USED] 13 3.8 ADJUSTING [NOT USED] 14 3.9 CLEANING [NOT USED] 15 3.10 CLOSEOUT ACTIVITIES [NOT USED] 16 3.11 PROTECTION [NOT USED] 17 3.12 MAINTENANCE [NOT USED] 18 3.13 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 21 CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised November 22,2013 APPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 GC®6a06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLAND CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&1014I 1 Revised July 1,2011 y 6 ATTACHMENT.I C- Page 'i of 4- FO RT WO RT H Minority Dusl eaO En or ri _ oad-T6ith-Eff 6 if For - OFFEROW-0014PANY NAME—: Gh�e�ka�plFcat�F��Fc��ta desGYFbe~ l-ienneberger Construction, Inc. Offeror FROAEC-T°NA�hi E, �*doN-iv�tvviQt3E Harl lipr�, ®etga, Forest/Tillery Park Playgrounds BID i� TE January 17,. 01�. City's MBE Project Goal: Offeroes MBE Project Commitment: PROJECT NUMBER 1€ 0896, 101410, 101411 filg'. off,, _- L .�fferQr.did.not..meet-or.exceed-the,NBE:at iron'tracting-gpaLfor.thin project„the:-Offeror,rnust-complete.this_ If toes Offeror.--W mefi ed,.-of zompii c&with!th&MW goal",is7 based upon dernr>n traflow of: a "good faith effort", the Offeror will have the burden of correctly and accurately.prrepatring and. lsa�il�g fli�ec�aitt��ne,r�#a#�oin;recp�si�ed:-F�y_tfee=� ��F�rplla�ee=-�satl�_e�i>�h��ite �..°i:.t�� °1:� �:e1ow€�., shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing i'Srepresentation.df the.f'acta..or.intentional-discrimination,by flee.-Offeror.. Failure to, co pl t+e:.this.-form,, in. its entirety with..suppardljpg docurnentition,, and received, by the: Furchasing-Oivisign_na-later-than Z (T�p mti on--the°secu"d City;,-Business- 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.oftier. :(Use additional s'heeti,if nog eiiiry) t est r>f;5telhcoa�tr ctinu_[ >r odtsL[nifi.es List-of.Su liee[ ppnrf uniti Trucking —Concrete ready-mix Temporary Toilet Rebar l=ence materials Drainage rock i r ram-rxf, Project Sign Playground Equipment. Playground surf ing Rev.211 0M 5 ATTACHMENT 9C -P-,ue 2 2.1 Obtain a curreftt{ t more than two-(21.months old ffbm the bid opim date) fist of BABE subcontractors and/or suppliers from the City's IlliIWBE Office. Yes Bate of Usting _-f_ f 3.) ®id you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at toast Un calendar&Am pdoi,to bid opening by ypall,ex sfrre of*ie day,14e bids am opened'? Yes -(-lf_yes,-attach-MBE-mail listing-to-include-name of#irm and address and a-dated copy of lettermailed.) No 4.) ®id you solicit bids from MBE firms,within the!3 1 ibc o P i 4 racting and/or supplier areas previously listed, :mot: t,, ¢��l�nciar-sf�9r�,�ris�r��€d���rpil '-+�f.�.sssaraa�, l ,�f�t ..d�y-ttbbi �re ��e>rrelf�� YeS (if yes,attach list to include name of MBE firm,person contacted,phone number and da a and time of contact.) -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 facsimile (fax), exclusive of the day the bids are _ -? 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 fMLIJ-r,C d-as undefiveraNe.1hen1hat" Yt ra mfimatiarr received Faust be printed dircecrty trora 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 WE firms,within the subcontracting aced/or supplier areas previously listed, -at- n za iendar ys 4or to-bid-o rear y n Fl, xclu�,ty -af_tl Y tine i r .s perrad . Yes {if.yes,attach email confirmation to4nclude name of MBE firm,date and time.In addition, if an ornallisfeturned 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 Fnethods identified above are acceptable Fr r solicilbly bids. and each seiecteci inothod must-be-applied-to the applIcable contract. The Offeror must document that either at least two attempts. were made-using-tw1u of'the-f1mr-mekhods 91 that at least one succestiM 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 entlre MBE list apecif€c to each subcontractigg and supplier opportunfty'to be-In cornpl lance with questions'3 through S. ., YES .� =�#llii•you•�ri�7V�t119`tt�e•rTITt7�1T�rt7n-re�xirairr��i�e=i�cia�rt =� �lrt�i �r� r =taa�r�i��iiv-�S�r� -the IMB ? Yes .iO ATTACHMENT 4C Page 3 of.4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their shill set? ---_----.---Y" Alf ype,a ch4l p9plas 0 c#uotab9010 ai4® 1u,) WUas'Liie caaee$ae:t 6eeeiee"aee go ae esau eaatl►aae the liati�tli� saga valid? Yes (If yes,attach the information-that was not valid in order for-the MNUBE Office t0L address the-corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the form of an a g Vaclude.&detailed:explanatiion afvft the KNO --w.f8jectod.Ro.WHY o ppo da=tmentatican.the-Gffenor.wishm to-bf-L-crosiderp-d.by,the,City— In.the earant,of-a,bona-f1dedispa.rta. "iv�'�u �;tl$ 'fl �ra�vuill'�'�aic�-f�c�stil�at#iati'ii�+�t tt$ i' _ csf`a�- relevant documentation by City personnel. (Please use additional sheets,ff necessary,and attach. Company Name " Telephone Contact Person Scope-of work Reason for Rejection Munoz Trucking 3822271671 . Sergio trucking 'Broker's grass -- - r~ifxyWell GUFOUl3 ADDITIONAL INFORMATION: 'Please provide additional information you feel will,fuither explain your good and honest efforts-to-obtain i 13E participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and aceavate information- re l : actual w n 1 : p r een t s: co tact, Vie: p y f & MAWOW-ma. 5 a$with. :thim.'x hid-_ The Offeror also agrees to allow an audit anal/or examination of any boobs, records and files "held by their company that will substantiate the actual woelt 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 erm-na!hIng-the-contract or d4barmant from -Ci work for a -pe at'-of hofi Ins than ltiree 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.2110i1 v ATTAGHME T IC P,9e n at The urkdersigned certifies that the hiformation provided and the MBE(s) listed was/were contacted in good faith. It-is understood that any I UE(s) listed in :Attachmerft IC will be contacted and the reasons for not using them will b6 verified by the City's M BE Office. ,. .Authorized Signature Pried,Si n8t ritle —tact Name ardTltle (if d'Iferent). Company Name Phone Number Fax Number Address Email.Address ,Gltyfstatefz Date . ev.2r_ta115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MSE(s) listed was/were contacted in good faith. It is understood that any ilM(s) listed in Attachment IC will be contacted and the reasons for not using therm will be verified by the City's M/WBE Office. Aufh-prized Signature Printed Signature President Cynthia Henneberger Title Contact dame and 'Title{if different) Henneberger Construction, Inc 214-341-2562 Company Name Phone Number Fax Number Andreas _ Email Address Dallas, TX. 75231 1/18119 City/Statelzip ®ate Rev.2110115 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture Elieibility Form All questions must be answered,use"N/A"if not applicabl& Name of City project: A joint venture form must be completed on each project RI'Mid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm Non-MBE firm name• name: Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: I Describe the scope of work of the non-MBE: Rev.2/10/16 Joint Venture Page 2of3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: 6. Identify by name, race,sex and firm those individuals(with titles)who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating ------------------------------------------------- b. Marketing and Sales ----------------------------------------------------------- c. Hiring and Firing of management personnel ---------------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MIWBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2110115 Joint Venture Pa e3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (seal) Rev.2/10/15 ATTACHMENT I B FORTWORTH -Page 1 of f GUY of Fort Wodh OFFERORZOMRAN-WNAME: -Check.,4pp[!Gableblock=to-descrlbq;prtme 'HennOberger'. ongtructonjnc. ;PROJEGTWAME: 11 aM1DBE ;,j BE Playground Improvements at'Harfrion, Delga and Forest Park '1/17/2019 BIDDATE TROJECTz NUMBER "l© 1DW96, 101410. 101411 If both.answe'rs W thi's-fOTM aiteYES, do r0t completeATTACHMENT 1 C{Good alth'Effort Pdrrn). All-que,-stidhs7-,on Ahis,form;rrLust-be-completed.,and--a Aetaffedex anatlon,providedjf.a P.plicable. ff,theansw.er..to.-eitfi.er..q.uestion.i.s ."NO, then you must-coyn 'G -'TI:C. -ThWfarm'-is or#y-r p ic be plete,ATTA MEN 1 . 44 1 Irbifth`answers are-yes. -RaIttilre"itef-domp ete lam'Divisionme1ater.-than.2 p.rmi.,on the second City business day afteir,bid-op exclusive.of the bid o.pen Ing date,will result in the bid being considered non-responsive to bid specifications. Will W.au 2,perform nAr,-aOtOrS--? If-yes,.please,provide a detailed explanation that.proves based on the size and scope of this MO prdjedt,"th is-`is-your r-niqrTol vbu inesspradbqe,-a2d-provide-an,,.op.er-ation-dI,pr6flle..6f ayour`bu mess. n ti Will you perform,this-entire contract without suppliers? YES If yes, 01ease provide a detailed explanation:that proves based on the-size and scope of this I ;prpje-Gt,,this,is,,y-ournormal-.bLisinesspract.-ir-e.:andiprovideranAn.v.entoryLpr.of. e_ f your-b H -0 usirtess. Irifte-Oftrair Tfutdwr__—qgwexs-WD-gMeft tt tto Mf p" regarding actual work performed by all subcontractors, including MBEs) on this contract, the payment thereof and _arjy.prQposed_char!ge-s_to-the-or! . mit tib gernerlts_$ 'te. 4-with-this-bid. The_Offeror_at8o_agrees_to --g-ilow-an-audit-andtar-examination-,df-any'tadks,-record-s-andtter`fTdtdty'th-etr-Li a y4th'at- i-su-bgraiitidte-the actual work performer) by the. MBEs on this contraC_t, by an 2ijthnri7Pd nffirpr r)r Pmployee of the City- Any from City work,for a.period of not lass than three.(3) years and fair.initiating action under Federal, State or Local Any*Atff e Ab t-orn*vAth Abra dTdmmre senates a mateml bmach of 66Mrazt and may result in a determination of an irresponsible Offeror and barred from participating in City work for a ,period<oftiim-e=not-less-than,one•(I),year. Au- i,4'd Signature qn6ture Printed Signature Title Conforef Name fff diSemnity Henneberger Construction, Inc. 214-341-2562 214-769-7134 Company Name Phone Number Fax Number 8928 Fairglen Drive Cynthia@ henneberger.biz Address Email Address - fl ice,TOX VZOV-4 .1 CftWStaleop Gate Rev.2110116 FORT WORTH City ®f Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is$50,000 or more,then a MBE subcontract!n oal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is %of the base bid value of the contract. Note. If both MBE and SBE subcontracting goals are established for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 'I lie Ofraroi shall deliver tine MBE documentation. In person to the appfapriate srrmployee at the plprchasir+g dmsmn and obtain a datuAime receipl. Such receipt shall ria evidence That the City received the dm urnenlation In the time allocated A faxed andlnr ernailerl copy will not be accopted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBEparticipation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(617)212-2674. Rev.2/10/l 5 kTAGi114CV i 1A Pna 1 of A FORT WOR�"' =MBES--Ukco � _ A = i �� -OFFEROR COMPANY-WAKE. � -Chec"pplicable-block to-describe -Henneberger-Gonstruction,-Inc. Offeror -PROJE:a-'r_C1iAiVliw: NON-MAN/DBE _ Pt;�ygroun- l novation-s-T--t:HarC off?,=Delga, F oest= rt4 BIf��;Rrle jJanuary 7,-20.19;{�q�p9Pa �✓L ° .�. r r,�� -e.ar. r^rl`�P'S41eRu 1-r�l3�.v V 611 L!]f�CIfE. 1`ROJECT itlUNIBER SdbC tr-ae FS7%U Grs yGu M-use-Gn-this--project Pailure Io.-cortnpft-te Ihis-form, :in :its=entirety, -with guezted -ducal ntatfon, �-.tTd ;remivt,d ty tlTe-Purcimsing = Division-no-latef than 2:d �:r?i.orr tI=G second SdFty-b- iress�day•�fter••N�-ppenir l e Ira ive"of bid o eI iF d fe, _ -Will-result-in-the..bid 16ing-considered-nonTr onsive-to-bid-specificzitions. The Linder-ia_ni2d=Cr)ffe-nor-egrees.,to..P-te-r-itite a:formal afire'ement-with ttie�-MBE firm(s):l tad in Ihis-utilization = chedula, -conditioned upon-execution of-a cant.act wiEl i'tr- City-of-Fo t Worth. he-intertio-nal and/er,kriowirig misrepresentation -df -facts -.is ;grounds :for ,.consideration -of-disqualification -and -Will -result in .the -bid -being = onsidered:non=responsi.ve..te:.bid--speci#ications. tallifl�df'5US11TOSS` resance in-�Me-Ma�rke ve. `Marl:e1pIace is't�reAet��r hip -area-oi-Tamarfl,Dglias Denton,.Jdhnson Patker° -ate i. aard . time -contractors -mmt 'iderifify --by lby tior vdt -cif All "-wubeodtr actors1suppliers. -Tier: �means :the 'ievdl -of = subzoritract ng --botow :the -.prime coritractorl-consUltarit -i.e. _a dire-Ot .payment 'from :the -.prirne c uritractor :to -a s�'bcontr-actor-is-considered I�"Mier,-a:payment-bya-subcontr-actor-io-its supplier-is-considered 2nd-tier. The prime =I = c�ntractar is -risible-to -provide -prof- f-payment:of-ail=tiered -subcontractors -identified -as -a .MBF"zr?d .� untin -those-dollars-towards-meefin g tha contract-committ :go§1. Ceftdhlatlnn-means-those-firms,_ideated-.within..the:-IV larketplace,=that-have:been Aetermined..to-,be;a:bondafide-minority -bt�sin -.enterprise:by:the-North:GelitreiTeX .Regi ngf.-r,--€tificat,)n-Aoency-(1.C7R(-) or-other,C-eftifying-ageneies;tr;at the-GEty-Tray-daunt-appropriate-arid-accepted-br-the-C4•of-F ertr VVorth- If:hauffng e iltzed, :the --Qftfferor=will --be given :credit:as :-1ona paas ;the WRE -.fisted :owns:anal -operatess at:least_one Tuly1ice se a�n7d-Opeercitiiorr�l trud'ii to-be-used o E:tilei-contract. -T e7MSE-mayy-leasse -trudks:frorn-anather-VrtBE-firm,_ir-Lctuding-MBE -awrar-maperated, -ante.-receive:#uilIVIBE credit. `I'he'liiiBE.ni.ay: -lease -trucks -from -non--MBE&, -including -owner operated, -but -will -onky -receive -credit -for -tire -fees -and = �rrl�ris�io-€r� rrr�.�u=tl•�;-�1181= �s-otitl'rrr�t-irr-ttrete�e��rx�nt- Rev:2150115 FoRiWQRm -AT'ACHME1NT-IA -Page-2-of A -Offerors are requiretl'to idertify ALL subcontractorslsupphers, rggardless.of status; i.e.,` inr.-rile ..rirf Firxi-na;UE -MBE >`irrnls are'to`be' ristedirst,.use additional sheets.F oece sari.-rlease n6te that only cerfi ed-MBEs vviil be cowitecl-to mebt an-MBEgjoal. Company-Name T - - Tr -Detail j 13etaii Address r_ - - -Subcontrac 814PPHeS r a IVI Telephoner-a.x . -� _ - -fin -Work -Purchaser] Email r= _ Rort-Worth, TXq�7�-10.6 p 6 _ Llf Os erg bOd-RD jmunortruckin The-Playweli-Group g1otJlId 1 r 4743=lberia-Ave. _ lengineered-wood- -DaIlasjX-752107 n4fiber- of t 9 Leo-,Martinez 7 -le6Cplaytjij ligroup:com - rrollion, T-X_75-0-06 � -Fatricia Thowas - .2.71:9-Northridge:Dr, ::Bedford, Rarnseo,Ano. A, .: . eirt orcind--steel 3000.00 : .26-09 Will-Owbrock"R'o'ad and-conc4te -]Dallas, TX 752-20 _ forrding-s plies :I -214-352�9091 'Tcjtel'-Recrecition'Produ ts_ P 12Yggfl0 U 1€c I V. 1.7802 Grant_Road equipment :.-Gypress, TeXaS-77429 LI hw 7 'Rev:2110195 FORT WORTH TAC --AT HMENTU Page-3-of R -Offerors.a,e.requir�ed-io..ideittify.AL s lacariera�t�r LsUp f�ers, re ..Of i.e.,-NAi�iajlly and riori-it�0Es .litBE'frr. are Eu'ua" :fisted'irst,-use.additional shoats if neoessa y. "Please ncite that orrfy.cei�ifie[l:f�IBEs.vsji(I:be.caur�tecl:t�f-Eie�t an iU(Ha=_goal. 1tRCTRCA _ am�any-name -TeiaH !]e ai1 Fiet� e s i; ti , -S-ubcantractir� _ =Sup-plies �i��e,—�. =e1oo'hone/Fa = e - M -.Worn -Purchased 1���.�., ,:�..�,:r� Email = =r_ - - - Oontaetfer aon Sunnyvale, i.X_%5=1B2:i- _ : 91721-�226-:v004 Y-1 'Rev'2110115 FoRT WORTH ATTACHMENT IA -�--� Page 4-of 4 - eat/T.1JAA 216,000.00 Total_Dollar-Amount.of n� ubcontrao#orstS-uppliers = �OXAL-D-O 1 LAR AkgOUNT1Q-F--AL-L-SURCON7i-RAC- IS-UPPLIER : , Tie=C fferar.w ill # Ite #diiirso leletiorrs,.€�r i�bstitutcoris-to this r ified list ix`fro�at kti .prior apgro�l�-tlxe P lir�ai ify -and Women �ushness -Erit€�rphsa -Office throggh '#lbw •subrii#t�l -df -a We -far 9�pp ro vdI ®f :form. .My_udfu.Eifiifie_d 6han.ge-or_dIdti.un_. =riill:.be_a mJt&iW_'bre.i dh_df-Goritradt-and.rn.ay.resUll yin debarment .in aaaord with _the :.prAce_dures .autlined :in _the --ordinan-ce. The =offeror shall --ubmit _a _detailed _�&)clla tjan:of-#oww the-requested--changetaddition--or letfon ill affect-Tthe-co-mmittedWBE I: Af-the.­detail ' -explanation-is"not-sttbrititted,Iit-will fect-the-final-crana.pliance-deterrlirration. Ty-OiXing -a -signEiture to Ihis form, the=Offeror'further-agrees -to-provLi�fe, -direbtly-to-the=0i$y vport -request, -GaM.016te-and_acc�uro.te.ir-iTorm;Eition_r-eg.arding_adtu.11_w_ofk=PeifOrmad"key All-sr.i.tic-ontca.6-i�irs.,:iricluding'K4'dlE(s)_anal any�peci:al=arrar_g.ernents=wfth__M s. The Of-or�E�.o_�gr�e� :to_allow .:an-an �ndlor�xar�ir�tian of�ny i I s,�TeFc�S�" 1= -al d fil ld--by T• r;Tp y. TtTe-Offeror' r $J= IIt?Ft► 1 7Y7r Xr1 ` i ]#C i t1 1Rfs:1lL7i if ovurrs,:prir _r #s,oificrs, err�p4yili�le slontractoraf�pppliers A� itir o the ��, t that -;mill_sLibstahtiateAhe adtudi_w. k..peffort d byAhe'lWI3E(,§)-on.this_coritr_act,4y-an_autlwr d-d-fficer_oremolnyee :,ofAhe-city. Any:intentional-and/.orArLowing rn isreprese ntation of:faots.will be--g ottrtds:for:terminafing Ahe contact or debarment Ea �r'I� l'Iav s c rrcernirg fatve tatem ts. ny-failLa-v-to zomp)y.wit'h this ordirra a-creatm-a--rrraterial ,reach -of ,the -contract .and -rngy -resLilt In -a -determination .of_an 'irrespons'ible -_offeror .and -_ddbarrrient fro parti_cilaatipgAn-_G-ity.work-for."Br d-...OfAirn.e-.notJess:#han one:(1)-year. r .-Authurjw&Sigmture :Pnnted�Signature Pr.esiden t "Gynthi-a-Rer naberger Title -Gontact fame/Titie(if-different) 'Henneber r-Construetlon,=lnc. -PI=4-769-7113 Tolaphone alzdfar Fax -_&928 l'airgten_Dr. -cynllen@_ iae.co m -Address Address Dallas, teas �5G�E �fGE�luar�f ii1, G0 i# �CitylSSWGIZit► -Date _ .Rev:2f 0;1.r3 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH Playground Improvements at 3 Park Sites: STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 100896,101410&101411 Revised July 1,2011 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter, Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions forthe classifications listed are detailed in the AGC of Texas'Standard Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician(Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 2Q.Q0 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 CITY OF FORT WORTH Bid Documents Package Folder Contents Checklist Item Item INCLUDED NIA COMMENTS&INITIALS No. 1 00 11 13_Invitation to Bidders.doc 00 41 00_00 43 13_00 42 43_00 43 r 2 37_00 45 1200 35 13_Bid Proposal Wokbook.xls 3 0045 11 Bidders Prequalifications.doc 4 00 45 13 Bidders Qualification A plication.xls 00 45 26_Contractor Compliance 5 with Workers Compensation Law.doc Complete Specifications and 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